Opportunity

Cirrus Consortium Waste Management Framework 2023

  • Cirrus Consortium C/O Plus Dane Housing

F02: Contract notice

Notice reference: 2022/S 000-030879

Published 1 November 2022, 4:28pm



Section one: Contracting authority

one.1) Name and addresses

Cirrus Consortium C/O Plus Dane Housing

Atlantic Pavilion, Salthouse Quay, Royal Albert Dock,

Liverpool

L3 4AE

Contact

Claire Paton

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.plusdane.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home

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

one.4) Type of the contracting authority

Other type

Central Purchasing Body

one.5) Main activity

Other activity

Central Purchasing Body


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cirrus Consortium Waste Management Framework 2023

Reference number

Cirrus Consortium 0006

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Consortium is seeking bids from providers of waste management services and recycling services across 11 geographical lots. Bidders must be able to provide, as a minimum, a waste drop off service for general inert waste within each geographical area they are bidding on. Bidders can bid on one or more lots. Services available under the framework include but are not limited to; waste drop off and recycling services, skip hire services, total waste management services, provision of waste receptacles and office waste collections. Waste streams covered by the framework include (but are not limited to); mixed general waste, dry mixed recycling, green waste, hazardous waste and clinical waste. Full details can be found within the tender documentation. The outcome of the tender process will be a four-year Framework Agreement expected to commence during January 2023. It is envisaged that the framework will be awarded to approx. 15 suppliers per lot.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1: North East (UKC)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 1 covers North East (UKC).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 2: North West (UKD)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 2 covers North West (UKD).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 3: Yorkshire & the Humber (UKE)

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 3 covers Yorkshire and the Humber (UKE).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 4: East Midlands (UKF)

Lot No

4

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 4 covers East Midlands (UKF).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 5: West Midlands (UKG)

Lot No

5

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 5 covers West Midlands (UKG).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 6: East of England (UKH)

Lot No

6

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 6 covers East of England (UKH).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 7: London (UKI)

Lot No

7

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 7 covers London (UKI).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 8: South East (UKJ)

Lot No

8

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 8 covers South East (UKJ).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 9: South West (UKK)

Lot No

9

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 9 covers South West (UKK).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 10: Wales (UKL)

Lot No

10

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services
  • 44613800 - Containers for waste material

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 10 covers Wales (UKL).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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) Description

two.2.1) Title

Lot 11: Scotland (UKM)

Lot No

11

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 44613800 - Containers for waste material
  • 44613700 - Refuse skips
  • 79723000 - Waste analysis services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 11 covers Scotland (UKM).

two.2.4) Description of the procurement

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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: £40,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Any supplier may be disqualified who has been convicted of:(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities` financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):(i) the common law offence of cheating the Revenue;(ii) the common law offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed,(i) in section 41 of the Counter Terrorism Act 2008(a); or(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

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

Envisaged maximum number of participants to the framework agreement: 165

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

An electronic auction will not be used as part of selection onto the Framework Agreement. However Consortium Members reserve the right to conduct mini-competitions through e-auctions.

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

2 December 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 December 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026

six.3) Additional information

Tender documents must be accessed through the Cirrus Purchasing InTend eTender facility.The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to, the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.Please see the tender documents for further information on framework requirements and tender evaluation criteria.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 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).