Opportunity

Framework Agreement for Waste Management Services

  • PROCURE PLUS HOLDINGS LIMITED

F02: Contract notice

Notice reference: 2022/S 000-035969

Published 20 December 2022, 10:45am



Section one: Contracting authority

one.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

Contact

Clare Tetlow

Email

frameworks@procure-plus.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

05888820

Internet address(es)

Main address

https://www.procure-plus.com/

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