Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Telephone
+44 7971266217
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurementforhousing.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Total Waste Management & Technical Services
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.
Please refer to www.pfh.co.uk for additional information.
PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector.
Procurement for Housing have established a Framework Agreement for the provision Total Waste Management & Technical Services, requiring service providers to work on national basis across the United Kingdom to provide removal of construction and office related waste streams. Tenderers are capable of providing technical and compliance support and provide waste related reporting to support customers drive environmental, economic and operational improvements.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,000,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90711500 - Environmental monitoring other than for construction
- 90400000 - Sewage services
- 90510000 - Refuse disposal and treatment
- 90512000 - Refuse transport services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90910000 - Cleaning services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this new framework agreement (“this Framework Agreement”) is to ensure we can provide a waste management solution for Members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of Services.
This framework agreement required tenderers to be capable of providing total waste management and technical and compliance support services. The supplier is required to provide a fully auditable total waste management provision across all waste streams within housing, construction, education, defence, and highways, including, hazardous and non-hazardous waste streams. Service providers were required to be able to supply and end-to-end solution and are responsible for ensuring the producer has access to all compliance documentation and waste reporting to ensure a fully auditable service provision.
The Framework Agreement is structured into a single lot – Total Waste Management and Technical Services.
Tenderers are required to provide services including but not limited to:
a) Total Waste Management, including but not limited to;
b) All waste streams across housing, construction, education, defence, and highways industries; and
c) Reactive (ad hoc), planned (routine/scheduled), fixed site services (depot or new build), direct tipping facilities, kerbside/wait and load services and site clearance and collection services, such as fly tipping removal services, bulky collections and POP's
d) Management Information, waste reporting and compliance documentation in line with each waste stream and EA guidelines
e) Technical and compliance services, pertaining to service improvements (environmental, economic, operational and compliance).
two.2.5) Award criteria
Quality criterion - Name: Quality, Technical Merit & Customer Service / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006938
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Reconomy
Kelsall House, Stafford Court, Stafford Park 1
Telford
TF3 3BD
Telephone
+44 7710308420
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Acumen Waste Services Limited
Acumen House,, Headlands Lane
Knottingley
WF11 0LA
Telephone
+44 7775873696
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,000,000,000
Section six. Complementary information
six.3) Additional information
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
(MT Ref:232331)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit