Tender

Waste Management Services

  • Places for People Group Ltd

F02: Contract notice

Notice identifier: 2021/S 000-027886

Procurement identifier (OCID): ocds-h6vhtk-02f45b

Published 5 November 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Places for People Group Ltd

4 The Pavilions, Portway

Preston

PR2 2YB

Email

chris.harrison@placesforpeople.co.uk

Telephone

+44 1772897200

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.placesforpeople.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Refuse-and-waste-related-services./J457R979S9

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Waste Management Services

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal

two.1.3) Type of contract

Services

two.1.4) Short description

Places for People Group wishes to establish a Framework Agreement for a four (4) year term with no option to extend.

Experienced suppliers are invited to submit Tenders for the framework agreement, which will encompass waste services as defined by the CPV codes set out in the Contract Notice.

This framework will consist of three (3) suppliers, with them being ranked 1st to 3rd based on their tender submission.

The top ranked (1st ranked) Tenderer will be awarded all the work from our regulated Group businesses this includes Places Management and Places Facilitates Management. With non-regulated Group businesses such as Places Developments and Places Leisure introduced in the months that follow.

Places for people reserve the right to mini competition any and all requirements with the 2nd and 3rd ranked Tenderer. Should there be a requirement from a Group company following the introduction to the 1st ranked tenderer.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Experienced suppliers are invited to submit Tenders for the framework agreement, which will encompass waste services as defined by the CPV codes set out in the Contract Notice.

This framework will consist of three (3) suppliers, with them being ranked 1st to 3rd based on their tender submission.

The top ranked (1st ranked) Tenderer will be awarded all the work from our regulated Group businesses this includes Places Management and Places Facilitates Management. With non-regulated Group businesses such as Places Developments and Places Leisure introduced in the months that follow.

Places for people reserve the right to mini competition any and all requirements with the 2nd and 3rd ranked Tenderer. Should there be a requirement from a Group company following the introduction to the 1st ranked tenderer.

Call off contracts will be used by Group businesses to appoint a tenderer from the Framework and can should there be a requirement extend beyond the end of the Framework

Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The Services will comprise mainly of regularly static collections from Pfp Office locations, Direct Tipping by the Places Management direct labour and skips at locations that will be advised on an ad hoc basis.

The current Group Waste contract runs until 1st April 2022, when the 1st ranked tenderer will be in a position to take on the role of Group Waste Provider for requirements set out in the Tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/J457R979S9


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Framework agreement with several operators

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.2.2) Time limit for receipt of tenders or requests to participate

Date

6 December 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://placesforpeople.delta-esourcing.com/tenders/UK-UK-Preston:-Refuse-and-waste-related-services./J457R979S9

To respond to this opportunity, please click here:

https://placesforpeople.delta-esourcing.com/respond/J457R979S9

GO Reference: GO-2021115-PRO-19191572

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom