Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 13

Status Active

Published 17th Oct 2024

Tender Details
Referenceocds-h6vhtk-04ad5e
Common Procurement VocabularyWaste and rubbish containers and bins
Procurement MethodOpen procedure
Value£500,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 13

Status Active

Published 17th Oct 2024

Tender Details
Referenceocds-h6vhtk-04ad5e
Common Procurement VocabularyWaste and rubbish containers and bins
Procurement MethodOpen procedure
Value£500,000,000

Section I: Contracting authority

I.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

Contracts [at] ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

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

Buyer's address

https://procontract.due-north.com/register?ReadForm

I.2) Information about 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/register?ReadForm

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/register?ReadForm

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 001185 -Refuse and Recycling Products including Wheeled Bins, Food Waste Caddies, Recycling Boxes and Distribution

Reference number

001185

II.1.2) Main CPV code

  • 34928480 - Waste and rubbish containers and bins

II.1.3) Type of contract

Supplies

II.1.4) Short description

YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Refuse and Recycling Products including Wheeled Bins, Food Waste Caddies, Recycling Boxes and Distribution. The Framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements by establishing an agreement where the end customer will place orders directly with the Provider on a “contract” basis and the Provider will deliver direct to the end customer on an agreed basis.

II.1.5) Estimated total value

Value excluding VAT: £500,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 - Food Waste Caddies (kitchen & kerbside) including WRAP Specification

Lot No

1

II.2.2) Additional CPV code(s)

  • 44613800 - Containers for waste material
  • 44619000 - Other containers

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 1 covers Food Waste Caddies (kitchen & kerbside) including WRAP Specification to be delivered to both urban and rural locations UK wide. The successful Supplier must (if required by the customer) be able to facilitate the distribution of caddies to individual householders. This may also include collection of old caddies from individual households in urban and rural locations UK wide.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

II.2.10) Information about variants

Variants will be accepted: Yes

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.2.14) Additional information

Variants Permitted: To allow for fairness and transparency in the market YPO are allowing 10% tolerance in relation to Caddy sizes only

II.2) Description

II.2.1) Title

Lot 2 - Food & Garden Waste Liners – Compostable and Non-Compostable

Lot No

2

II.2.2) Additional CPV code(s)

  • 18930000 - Sacks and bags
  • 77120000 - Composting services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 2 covers Food and Garden Waste Liners - Compostable and Non-compostable. Manufactured from recycled or recyclable polyethylene polymers or materials (LDPE, LLDPE, HDPE, or blended).Must be over 30% recycled material. YPO requires the bags and liners to have a minimum 12-month warranty and come in a variety of colour options.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 3 - Plastic Wheeled Bins (2 wheeled)

Lot No

3

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 44613600 - Wheeled containers
  • 44613800 - Containers for waste material

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 3 covers Plastic Wheeled Bins (2 wheeled) and must be manufactured from high density injection moulded polyethylene, UV stabilised and come with a minimum of 10 years guarantee. The successful supplier must (if required by the customer) be able to facilitate the distribution of bins to individual households, this may also include collection of old bins from individual households (minimum order quantities may apply) in urban and rural locations UK wide. This may also include the distribution of leaflets and liners in addition if required at an extra charge.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 4 - Plastic Wheeled Bins (4 wheeled)

Lot No

4

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 44613600 - Wheeled containers
  • 44613800 - Containers for waste material

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 4 covers Plastic Wheeled Bins (4 Wheeled) and must be manufactured from high density injection moulded polyethylene, UV stabilised with a minimum 10 year guarantee. The successful supplier must (if required by the customer) be able to facilitate the distribution of bins to individual households, this may also include collection of old bins from individual households (minimum order quantities may apply) in urban and rural locations UK wide. This may also include the distribution of leaflets and liners in addition if required at an extra charge.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 5 - Steel Wheeled Bins

Lot No

5

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 44613600 - Wheeled containers
  • 44613800 - Containers for waste material

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 5 covers Steel Wheeled Bins in a variety of sizes. There must be a minimum 5 year warranty.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 6 - Polythene Refuse & Recycling Sacks

Lot No

6

II.2.2) Additional CPV code(s)

  • 18930000 - Sacks and bags
  • 19640000 - Polythene waste and refuse sacks and bags

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 6 covers Polythene Refuse and Recycling Sacks. This Lot adopts the industry-wide accepted Cleaning and Hygiene Suppliers Association (CHSA) Sack Scheme as the tool for professional buyers to determine best value, without compromising on key performance expectations when procuring refuse sacks and bin liners. Manufactured from recycled or recyclable polyethylene polymers or materials (LDPE, LLDPE, HDPE, or blended). YPO requires the manufacturer to provide a guarantee of the performance, carton count, and minimum product weights. YPO requires the bags and liners to have a 12-month warranty solely against manufacturing defects.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

II.2.10) Information about variants

Variants will be accepted: Yes

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.2.14) Additional information

Variants permitted on product dimensions in mm only of tolerances +/-2.5%

II.2) Description

II.2.1) Title

Lot 7 - Kerbside Recycling Boxes & Inner Caddies

Lot No

7

II.2.2) Additional CPV code(s)

  • 44613800 - Containers for waste material
  • 44619000 - Other containers

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 7 covers Kerbside Recycling Boxes and Inner Caddies. Must come with a minimum of 5 year guarantee. The successful Supplier must (if required by the customer) be able to facilitate the distribution of items to individual householders. This may also include collection of old items from individual households in urban and rural locations UK wide.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 8 - Distribution & Collection of Refuse & Recycling Products to/from Individual Households including Container Recycling

Lot No

8

II.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 90500000 - Refuse and waste related services
  • 90514000 - Refuse recycling services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 8 covers Wheeled Bin and Recycling Container Distribution to Individual Households (or commercial addresses/secure storage facilities or as required by the customer).

The Lot covers the distribution and/or collection of wheeled bins, caddies, kerbside boxes and any other refuse or recycling products if required. Suppliers must be able to deliver products to either the front door of the property, the property boundary or as directed by individual customers. There may also be a need in terraced properties for deliveries/collections to the rear of properties. The successful supplier must be registered as a Waste Carrier with the Environment Agency as per the Waste Management Licensing Regulations 1994 and Control of Pollution (Registration of Carriers and Seizure of Vehicles) Regulations 1991. Duty of care waste transfer notes must be provided to individual customers as part of any contract awarded.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 9 - Food Waste Disposal Units

Lot No

9

II.2.2) Additional CPV code(s)

  • 44613800 - Containers for waste material

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This Lot covers food waste disposal units which must comply with any current and new food waste regulations. The Provider must be able to supply various sizes (stand alone or table mounted) to suit different sized kitchens.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 10 - Steel Wheeled Bin Refurbishment & Maintenance (including the sale of second-hand steel wheeled bins)

Lot No

10

II.2.2) Additional CPV code(s)

  • 44613600 - Wheeled containers
  • 44613800 - Containers for waste material
  • 44619000 - Other containers
  • 50514000 - Repair and maintenance services of metal containers
  • 90500000 - Refuse and waste related services
  • 90514000 - Refuse recycling services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This Lot covers Steel Wheeled Bin Refurbishment and Maintenance (including buy back and sale of second hand steel wheeled bins).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 11 - Bin/Container End of Life Buy Back

Lot No

11

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90514000 - Refuse recycling services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 11 covers all types/any materials of bin or container end of life buy back. The minimum collection size is set at ½ load, ensuring cost-effectiveness and logistical efficiency in operations. The buy-back program accepts bins and HDPE containers from all manufacturers, ensuring inclusivity and flexibility (e.g., caddies, plastic wheeled bins, steel wheeled bins and recycling boxes). Contractors must be capable of handling and processing mixed colour stacks of bins and containers without sorting at the point of collection. A full audit trail must be maintained for all collected bins, providing traceability from the point of collection to the final recycling or disposal stage. Documentation must include details of collection dates, bin types, weights, and final processing outcomes. The service must accommodate all standard bin sizes, ensuring comprehensive coverage of end-of-life products. Contractors should provide certificates demonstrating compliance with environmental standards and regulations.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 12 - Wheeled Bin Housing Units

Lot No

12

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 44613800 - Containers for waste material
  • 44619000 - Other containers

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Lot 12 covers Wheeled Bin Housing Units designed to accommodate bins of various sizes including food waste housing unit if required. Manufacturers warranty of at least 36 months to include all moving parts and premature corrosion. Minimum life span of 7 years with housing units available in a variety of colours.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and Customer Service / Weighting: 20%

Quality criterion - Name: Social Value/Sustainability / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Lot 13 - Any other Refuse or Recycling Product not listed above

Lot No

13

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 44613800 - Containers for waste material
  • 44619000 - Other containers

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Suppliers awarded onto any of the individual Lots 1-12 will automatically be awarded onto Lot 13. This is for any other Refuse or Recycling Product required by a Customer that is not included in any of the other Lots.

This will include items such as but not limited to;

Kerbside Reusable Recycling Bags

Solar Powered Compactor Bins

Dual Recycling Bins

Aerosol Recycling Bins

Vape Recycling Bins

Battery Recycling Bins

Food Donation Bins

Clothing/Textiles Recycling Bins

Compost Bins

Pallet Boxes

Clinical Waste Bins

Multi Box Recycling Trolleys

Underground Refuse Systems

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2025

End date

31 January 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

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

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ section of this notice.

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

Please refer to the Framework Agreement Terms and Conditions located in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ Section in this notice.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

21 November 2024

Local time

2:00pm

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 months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

21 November 2024

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date

VI.3) Additional information

YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users

YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom