Supply of Recycling Products to YPO
YPO are looking for providers to be appointed onto a Framework Agreement for the supply of Recycling Products.
United Kingdom-Wakefield: Recycling equipment
2015/S 238-432018
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Mrs Helen Wardman
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924834868
E-mail: contracts@ypo.co.uk
Internet address(es):
General address of the contracting authority: http://www.ypo.co.uk/
Address of the buyer profile: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic access to information: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Mrs Helen Wardman
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924834868
E-mail: contracts@ypo.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Mrs Helen Wardman
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924834868
E-mail: contracts@ypo.co.uk
Tenders or requests to participate must be sent to: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Mrs Helen Wardman
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924834868
E-mail: contracts@ypo.co.uk
I.2)Type of the contracting authority
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 6 000 000 and 8 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 Supply of Kerbside Boxes and Inner Caddies;
Lot 2 Supply of Food Waste Containers (Caddies);
Lot 3 Supply of Mobile Unit (for material segregation);
Lot 4 Supply of Kerbside Recycling Bags;
Lot 5 Supply of Bin Lockdown Frames;
Lot 6 Supply of Waste Housing Units.
Estimated value excluding VAT:
Range: between 6 000 000 and 8 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 Supply of Kerbside Boxes and Inner Caddies
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Lot 2 Supply of Food Waste Containers (Caddies)
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Lot 3 Supply of Mobile Unit (for material segregation)
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: Lot 4 Supply of Kerbside Recycling Bags
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 5 Lot title: Lot 5 Supply of Bin Lockdown Frames
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 6 Lot title: Lot 6 Supply of Waste Housing Units
1)Short description
2)Common procurement vocabulary (CPV)
42914000, 34928480, 44613800
3)Quantity or scope
Range: between 6 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicator in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Minimum level(s) of standards possibly required:
Please refer to the Tender Documentation/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. (Lots 1-5) Price. Weighting 60
2. (Lot) 6 Price. Weighting 40
3. (Lots 1-5) Quality. Weighting 15
4. (Lot 6) Quality. Weighting 40
5. (Lots 1-5) Delivery and customer service. Weighting 20
6. (Lot 6) Delivery and customer service. Weighting 15
7. (Lot 1-5) Sustainability. Weighting 5
8. (Lot 6) Sustainability. Weighting 5
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
For more information please email the contacts stated above. To see the documentation, please go online tohttps://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_supplier_registration_wizard_introduction?openformand ‘Register as a Supplier’.
1. Click on the appropriate tender under ‘Latest Opportunities’;
2. Click the ‘Register Interest’ button which is located under the ‘Main Contract Detail’;
3. Click on ok;
4. Return back to the homepage and select the ‘My Opportunities’ link, located on the right hand side of your home page;
5. Select the link to the tender;
6. Select ‘view stage detail’ and download the documents. For ”online question’ tenders, use the response wizard to start answering questions online.http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: