Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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