Contract notice

Information

Published

Date of dispatch of this notice: 11/12/2020

Expire date: 22/01/2021

External Reference: 2020-518320

TED Reference: 2020/S 245-609061

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police, Fire and Crime Commissioner for North Yorkshire Police
n/a
NYP HQ, Alverton Court
Northallerton
DL6 1BF
UK
Contact person: Laura Betts
Telephone: +44 7464983818
Internet address(es):
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33392&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for General Waste Management Services
Reference number:  2020-2100
II.1.2)

Main CPV code

90500000  -  Refuse and waste related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police, Fire and Crime Commissioner for North Yorkshire is tendering for the provision of General Waste Management Services, including General Trade Waste, Dry Mixed Recyclables, Skip Hire and urgent site waste removal. The resulting Framework will be available for use by the following Authorities:
Humberside Police, Humberside Fire and Rescue, South Yorkshire Police, South Yorkshire Fire and Rescue, North Yorkshire Police, North Yorkshire Fire and Rescue, West Yorkshire Police, West Yorkshire Fire and Rescue, Cleveland Police, Cleveland Fire Brigade, Durham Police, County Durham and Darlington Fire and Rescue, Northumbria Police, Northumberland Fire and Rescue, Yorkshire Ambulance Service and NPAS (National Police Air Service).
II.1.5)

Estimated total value

Value excluding VAT: 5500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers may select to bid for a selection or all of the following Lots:
Lot 1 - General Waste and Mixed Recyclables (All regions)
Lot 2 - Skip Hire (Various Sizes and Types (split by region - HP, SYP, NYP and WYP)
Lot 3 - Site Clearance Service (split by region - HP, SYP, NYP and WYP)
II.2)

Description

II.2.1)

Title

General Waste Management Services
Lot No:  1
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90513400  -  Ash disposal services
90514000  -  Refuse recycling services
II.2.4)

Description of the procurement

Lot 1 - General Waste and Mixed Recyclables
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: 4250000.00  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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2)

Description

II.2.1)

Title

Skip Hire (Various sizes and types)
Lot No:  2
II.2.2)

Additional CPV code(s)

44613700  -  Refuse skips
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90514000  -  Refuse recycling services
II.2.4)

Description of the procurement

Lot 2 is split by region (as per the procurement documents):
West Yorkshire Police
South Yorkshire Police
North Yorkshire Police
Humberside Police
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: 1000000.00  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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2)

Description

II.2.1)

Title

Site Clearance Service
Lot No:  3
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44613700  -  Refuse skips
44613800  -  Containers for waste material
90510000  -  Refuse disposal and treatment
90511000  -  Refuse collection services
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90514000  -  Refuse recycling services
II.2.4)

Description of the procurement

Lot 3 is split by region (as per the procurement documents):
West Yorkshire Police
South Yorkshire Police
North Yorkshire Police
Humberside Police
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: 250000.00  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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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

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:  Selection criteria as stated in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the procurement documents.

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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  9
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: 2020/S 144-355968
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/01/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  22/01/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.3)

Additional information

The Police, Fire and Crime Commissioner (PFCC) for North Yorkshire is tendering for the provision of General Waste Management Services. The PFCC expressly reserves the right:
(a) not to award a framework agreement as a result of the procurement process commenced by publication of this notice; and
(b) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the PFCC be liable for costs incurred by the tenderers. If the PFCC decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of any subsequent call-off contracts being awarded. Any expenditure work or effort undertaken prior to framework agreement award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework agreement, between the supplier and the specific requesting contracting body.
The estimated values are based on historical data and the PFCC cannot guarantee to the supplier any business through this framework agreement.
As part of the tender process, the PFCC intends to host a virtual market engagement event at 10:00 on Friday 8th January 2021. The event will provide organisations with an opportunity to understand the process and requirements of this project.
(a) Any interested suppliers must register their place by emailing name, role, organisation and contact details to procurement@southyorks.pnn.police.uk
(b) Attendance is limited to 2 places per organisation and registration ends on 16:00 Wednesday 6th January 2021.
(c) Please be aware that due to restrictions resulting from COVID-19, the event will be hosted via Skype. Tenderers’ email addresses will be required for the invite and these details would be visible to all attendees.
(d) N.B. Questions can be submitted prior to the event via the Bluelight messaging portal. All questions will, where applicable, be answered to all present.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk