Skip to main content.

Procurement Hub: Waste Management Services

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Waste Management Services
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Open
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.
Published: 05/11/2021 16:08
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice