Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
ESPO
Leicester
LE19 1ES
Contact
Emma Baker
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
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