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