loading
  • GB-WF2 0XE Wakefield
  • 13.10.2017
  • Ausschreibung
  • (ID 2-277975)

YPO — 000815 Waste Management Solution for YPO (Internal).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.10.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    YPO are looking for a provider to be appointed onto a Contract for the provision of Total Waste Management Solution for YPO. The Contract is designed to meet the needs of YPO and any of YPO's wholly owned associated or subsidiary companies.
    Leistungsumfang
    YPO are looking to work with a provider for a Total Waste Management Solution across both of YPO's office and warehouse locations in Wakefield West Yorkshire.
    This includes, but is not limited to; collection, transport, treatment and disposal of waste together with monitoring and regulation. It also encompasses the legal and regulatory framework that relates to waste management encompassing guidance on recycling.
    YPO are looking for proposals from providers who are able to work with us to increase our waste efficiency. Increase recycling revenue and reduce general waste costs by becoming more environmentally compliant by reducing our waste to landfill and increasing recycling and carbon footprint reduction.
    Adresse des Bauherren UK-WF2 0XE Wakefield
    TED Dokumenten-Nr. 362515-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Wakefield: Waste-tip management services

      2017/S 177-362515

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      YPO
      41 Industrial Park
      Wakefield
      WF2 0XE
      United Kingdom
      Contact person: Contracts Team
      Telephone: +44 1924664685
      E-mail: MjEyW1lhYVUiYVVrNG1kYyJXYyJpXw==
      NUTS code: UKE45

      Internet address(es):

      Main address: http://www.ypo.co.uk/

      Address of the buyer profile: https://procontract.due-north.com/Login

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Login
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Login
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      YPO — 000815 Waste Management Solution for YPO (Internal).

       

      Reference number: 000815
      II.1.2)Main CPV code
      90533000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      YPO are looking for a provider to be appointed onto a Contract for the provision of Total Waste Management Solution for YPO. The Contract is designed to meet the needs of YPO and any of YPO's wholly owned associated or subsidiary companies.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      90500000
      90700000
      II.2.3)Place of performance
      NUTS code: UKE45
      II.2.4)Description of the procurement:

       

      YPO are looking to work with a provider for a Total Waste Management Solution across both of YPO's office and warehouse locations in Wakefield West Yorkshire.

      This includes, but is not limited to; collection, transport, treatment and disposal of waste together with monitoring and regulation. It also encompasses the legal and regulatory framework that relates to waste management encompassing guidance on recycling.

      YPO are looking for proposals from providers who are able to work with us to increase our waste efficiency. Increase recycling revenue and reduce general waste costs by becoming more environmentally compliant by reducing our waste to landfill and increasing recycling and carbon footprint reduction.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 30
      Quality criterion - Name: Delivery and customer service / Weighting: 20
      Quality criterion - Name: Environmental and sustainability / Weighting: 10
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      It is anticipated that this contract will be renewed in 4.5 years. The Contract will cover the period from 27.11.2017 to 26.11.2019 with 3 options to extend for an additional 12 months. The maximum contract period will therefore be 5 years, from 27.11.2017 to 26.11.2022 (subject to an annual review, incorporating price negotiations and KPI performance).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      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
      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 13/10/2017
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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
      IV.2.7)Conditions for opening of tenders
      Date: 13/10/2017
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England. Wales and Northern Ireland
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/09/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 15.09.2017
Zuletzt aktualisiert 15.09.2017
Wettbewerbs-ID 2-277975 Status Kostenpflichtig
Seitenaufrufe 40