Waste Services Framework – Crescent Purchasing Consortium
CPC is seeking to establish a framework agreement for a Waste Management Services solution for CPC Members.
United Kingdom-Salford: Refuse recycling services
2017/S 047-086289
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 1619740945
E-mail: k.blackburn@thecpc.ac.uk
NUTS code: UKD3
Internet address(es):Main address: www.thecpc.ac.uk
I.1)Name and addresses
N/A
N/A
N/A
United Kingdom
Telephone: +44 8000662188
E-mail: helpdesk@thecpc.ac.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 1619740945
E-mail: k.blackburn@thecpc.ac.uk
NUTS code: UKD3
Internet address(es):Main address: www.thecpc.ac.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Waste Services Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
CPC is seeking to establish a framework agreement for a Waste Management Services solution for CPC Members www.thecpc.ac.uk/members/regions.php. Current and future members of the CPC including further education institutions, universities, 6th forms, academies, schools, museums and other similar organisations are from the education sector; www.education.gov.uk/edubase/home.xhtmlOther bodies that could potentially be interested in accessing the agreement are www.nwupc.ac.ukand all other public sector contracting authorities throughout the UK (and any future successors to these organisations). These include, but are not limited to; Central Government Departments and Agencies, Non Departmental Public Bodies, NHS Bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, National Parks and Registered Social Landlords.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
East Anglia
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Anglia.
II.2.4)Description of the procurement:
Covering Essex, Hertfordshire, Bedfordshire, Cambridgeshire, Norfolk, Suffolk, Luton, Peterborough, Thurrock, Southend-on-Sea.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
East Midlands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Midlands.
II.2.4)Description of the procurement:
Covering Derbyshire, Derby, Nottinghamshire, Nottingham, Lincolnshire, Leicestershire, Leicester, Rutland, Northamptonshire.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Covering Greater London, City of London, City of Westminster, Kensington & Chelsea, Hammersmith & Fulham, Wandsworth, Lambeth, Southwark, Tower Hamlets, Hackney, Islington, Camden, Brent, Ealing, Hounslow, Richmond, Kingston, Merton, Sutton, Croydon, Bromley, Lewisham, Greenwich, Bexley, Havering, Barking & Dagenham, Redbridge, Newham, Waltham Forest, Haringey, Enfield, Barnet, Harrow, Hillingdon.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Northern Ireland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northern Ireland.
II.2.4)Description of the procurement:
Covering County Antrim, County Armagh, County Down, County Fermanagh, County Londonderry, County Tyrone.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
North East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North East.
II.2.4)Description of the procurement:
Covering Northumberland, Durham, Darlington, Hartlepool, Stockton-on-Tees, North Yorkshire, Redcar & Cleveland, Middlesbrough.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
North West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West.
II.2.4)Description of the procurement:
Covering Cheshire, Warrington, Halton, Cumbria, Greater Manchester, Lancashire, Blackpool, Blackburn with Darwen, Merseyside.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
Covering North Scotland, South Scotland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
South East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East.
II.2.4)Description of the procurement:
Covering Berkshire, West Berkshire, Reading, Wokingham, Bracknell Forest, Windsor & Maidenhead, Slough, Buckinghamshire, Milton Keynes, Hampshire, Southampton, Portsmouth, Isle of Wight, Kent, Medway, Oxfordshire, Surrey, West Sussex, East Sussex.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
South West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South West.
II.2.4)Description of the procurement:
Covering Somerset, Bath & North East Somerset, Bristol, Gloucestershire, South Gloucestershire, Wiltshire, Swindon, Dorset, Poole, Bournemouth, Devon, Torbay, Plymouth, Cornwall, Isles of Scilly.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales.
II.2.4)Description of the procurement:
Covering Isle of Anglesey, Conway, Gwynedd, Flintshire, Denbighshire, Wrexham, Powys, Ceredigion, Pembrokeshire, Carmarthenshire, Monmouthshire, Swansea, Neath Port Talbot, Bridgend, Blaenau Gwent, Caerphilliy, Cardiff, Merthyr Tydfill, Newport, Rhondda Cyon Taf, Torfaen, Vale of Glamorgan.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
West Midlands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Covering Herefordshire, Shropshire, Telford & Wrekin, Staffordshire, Stoke on Trent, Warwickshire, West Midlands, Worcestershire.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Yorkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Yorkshire.
II.2.4)Description of the procurement:
Covering South Yorkshire, West Yorkshire, North Yorkshire, York, East Riding of Yorkshire, Kingston upon Hull, Lincolnshire, North Lincolnshire, North East Lincolnshire.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Other
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Isle of Wight & Channel Islands.
II.2.4)Description of the procurement:
Covering Channel Islands & Isle of Wight.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Technology House, Lissasdel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 8000662188
E-mail: contracting@thecpc.ac.uk
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly.
VI.5)Date of dispatch of this notice:
Related Posts
Organic Waste Treatment Framework – Scotland Excel
Devon County Council Waste Educators Contract
Barnsley Council Waste Management Tender 2017
Environmental Services Contract – Northampton Borough Council
Fly Tipping Material Removal Framework London