Contract

YPO - 001199 Removals, Recycling, Storage and Associated Services Framework IV

  • YPO
  • ESPO

F03: Contract award notice

Notice identifier: 2024/S 000-022650

Procurement identifier (OCID): ocds-h6vhtk-043c4e

Published 22 July 2024, 11:36am



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

Contracts@ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com/register?ReadForm

one.1) Name and addresses

ESPO

Leicester

LE19 1ES

Contact

Emma Baker

Email

e.baker@espo.org

Country

United Kingdom

Region code

UKF21 - Leicester

Internet address(es)

Main address

https://www.espo.org/

one.2) Information about joint procurement

The contract involves 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

YPO - 001199 Removals, Recycling, Storage and Associated Services Framework IV

Reference number

001199

two.1.2) Main CPV code

  • 63000000 - Supporting and auxiliary transport services; travel agencies services

two.1.3) Type of contract

Services

two.1.4) Short description

YPO and ESPO are looking for Managed Service Providers to be appointed onto a Framework Agreement for the supply of Removals, Recycling, Storage and Associated Services. This Framework is designed to meet the needs of YPO, ESPO and Other Contracting Authorities by establishing an agreement where the Contracting Authority will place a Call-off Order Form with the Provider and the Provider delivers direct to the end customer. YPO will manage this Framework to ensure that the required services are delivered. Invoices and payments are dealt with directly between the end customer and the Provider.

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: £30,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 50800000 - Miscellaneous repair and maintenance services
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 90514000 - Refuse recycling services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Framework will provide a managed service solution within the remit of Removals, Recycling, Storage and Associated Services for the provision of the following which includes but is not limited to office moves, laboratory moves, removal services, relocation, storage, assets recycling and other types of associated services including but not limited to IT moves, IT asset disposal, confidential waste disposal, POP’s waste (persistent organic pollutants), and asset management. The Provider will act as a single point interface with each participating Contracting Authority, and co-ordinate delivery of the services as per the Contracting Authorities requirements which are called off via the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 35%

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 000-005881


Section five. Award of contract

Contract No

001199

Lot No

1

Title

Removals, Recycling, Storage and Associated Service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 July 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AGM Bishops Limited T/A Bishops Move

Potters Bar

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harrow Green Limited T/A Restore Harrow Green

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Johnsons 1871 Limited T/A Johnsons Asset 360

Northwich

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pickfords Move Management Limited T/A Pickfords

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £30,000,000


Section six. Complementary information

six.3) Additional information

YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users and https;//www.espo.org/about-us

YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom