UK-Preston: Refuse and waste related services.

UK-Preston: Refuse and waste related services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Ltd
4 The Pavilions, Portway, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: chris.harrison@placesforpeople.co.uk
Main Address: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Waste Management Services
Reference Number: Not provided
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal

II.1.3) Type of contract: SERVICES
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 9,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 9,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://placesforpeople.delta-esourcing.com/respond/J457R979S9


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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: 3
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/12/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 06/12/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.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.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 05/11/2021

Annex A