Section one: Contracting authority
one.1) Name and addresses
PROCURE PLUS HOLDINGS LIMITED
The Lancastrian Office Centre,Talbot Road
MANCHESTER
M320FP
Contact
Clare Tetlow
Country
United Kingdom
NUTS code
UK - United Kingdom
Companies House
05888820
Internet address(es)
Main address
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://tendermanagement.launchcontrol-systems.com/register/index/c0faade05a
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://tendermanagement.launchcontrol-systems.com/register/index/c0faade05a
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
Framework Agreement for Waste Management 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
Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.
Procure Plus wishes to procure and enter into a framework agreement with service providers that can work for customers nationwide and who are able to connect with the local supply chains for the provision of waste management services. Service providers who are appointed to the framework agreement will be required to provide a complete waste management service for all types of waste that is generated through construction-based activities and office-based activities. The framework agreement will provide a cost effective and auditable waste management service that utilises local supply chains wherever possible, ensures compliance through the provision of accurate management information, and delivers continuous efficiency.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.
Procure Plus wishes to procure and enter into a framework agreement with service providers that can work for customers nationwide and who are able to connect with the local supply chains for the provision of waste management services. Service providers who are appointed to the framework agreement will be required to provide a complete waste management service for all types of waste that is generated through construction-based activities and office-based activities. The framework agreement will provide a cost effective and auditable waste management service that utilises local supply chains wherever possible, ensures compliance through the provision of accurate management information, and delivers continuous efficiency.
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: £20,000,000
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.2.14) Additional information
Procure Plus reserves the option to appoint a limited number of additional companies to this framework agreement beyond the 10 stated below. This option may be exercised by Procure Plus where there is a close proximity in the final overall scores between the 10th bidder and the bidders who are ranked in close proximity beneath. Bidders are advised that this is an option and not an obligation on the part of Procure Plus. Procure Plus reserves the right not to exercise this option and to only appoint 10 companies to this framework at the conclusion of the evaluation.
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
Please refer to the invitation to tender documents.
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: 10
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
26 January 2023
Local time
5:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 January 2023
Local time
5:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Individual contracting authorities and organisations entitled to access the framework agreement will have the option to agree and award contracts to the appointed service providers at any point during the term of the framework agreement. Such contracting authorities and organisations are as follows:
Any customer of Procure Plus from time to time, which may include:
Any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs)
Any local authority
Any combined authority or associated body
Any police, fire or rescue authority
Any transport authority
Any NHS trust or body, or other health authority
Any waste disposal authority; any university, school, free school, college or academy
Any other contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of the aforementioned categories
Any entity or joint venture company that any of the aforementioned contracting authorities and organisations holds an interest in from time to time.
A list of current social housing providers can be found by visiting
https://www.gov.uk/government/publications/registered-providers-of-social-housing
A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.
Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom