Notice Information
Notice Title
Total Waste Management & Technical Services
Notice Description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK' social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 ("PCR 2015") and a central purchasing body under regulation 37 PCR 2015. Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. Procurement for Housing have established a Framework Agreement for the provision Total Waste Management & Technical Services, requiring service providers to work on national basis across the United Kingdom to provide removal of construction and office related waste streams. Tenderers are capable of providing technical and compliance support and provide waste related reporting to support customers drive environmental, economic and operational improvements.
Lot Information
Lot 1
The purpose of this new framework agreement ("this Framework Agreement") is to ensure we can provide a waste management solution for Members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of Services. This framework agreement required tenderers to be capable of providing total waste management and technical and compliance support services. The supplier is required to provide a fully auditable total waste management provision across all waste streams within housing, construction, education, defence, and highways, including, hazardous and non-hazardous waste streams. Service providers were required to be able to supply and end-to-end solution and are responsible for ensuring the producer has access to all compliance documentation and waste reporting to ensure a fully auditable service provision. The Framework Agreement is structured into a single lot - Total Waste Management and Technical Services. Tenderers are required to provide services including but not limited to: a) Total Waste Management, including but not limited to; b) All waste streams across housing, construction, education, defence, and highways industries; and c) Reactive (ad hoc), planned (routine/scheduled), fixed site services (depot or new build), direct tipping facilities, kerbside/wait and load services and site clearance and collection services, such as fly tipping removal services, bulky collections and POP's d) Management Information, waste reporting and compliance documentation in line with each waste stream and EA guidelines e) Technical and compliance services, pertaining to service improvements (environmental, economic, operational and compliance).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ea2f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021396-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Dynamic, Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90400000 - Sewage services
90500000 - Refuse and waste related services
90510000 - Refuse disposal and treatment
90512000 - Refuse transport services
90513000 - Non-hazardous refuse and waste treatment and disposal services
90514000 - Refuse recycling services
90700000 - Environmental services
90710000 - Environmental management
90711500 - Environmental monitoring other than for construction
90910000 - Cleaning services
90920000 - Facility related sanitation services
Notice Value(s)
- Tender Value
- £1,000,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,000,000,000 £1B-£10B
Notice Dates
- Publication Date
- 12 Jul 20241 years ago
- Submission Deadline
- 5 Apr 2024Expired
- Future Notice Date
- 1 Nov 2023Expired
- Award Date
- 30 Jun 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PROCUREMENT FOR HOUSING
- Contact Name
- Not specified
- Contact Email
- twarn@pfh.co.uk
- Contact Phone
- +44 7971266217
Buyer Location
- Locality
- BIRCHWOOD, WARRINGTON
- Postcode
- WA2 0YL
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- Not specified
-
- Local Authority
- Warrington
- Electoral Ward
- Poulton North
- Westminster Constituency
- Warrington North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03ea2f-2024-07-12T11:17:43+01:00",
"date": "2024-07-12T11:17:43+01:00",
"ocid": "ocds-h6vhtk-03ea2f",
"description": "This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website : http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement. (MT Ref:232331)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03ea2f",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Total Waste Management & Technical Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK' social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (\"PCR 2015\") and a central purchasing body under regulation 37 PCR 2015. Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. Procurement for Housing have established a Framework Agreement for the provision Total Waste Management & Technical Services, requiring service providers to work on national basis across the United Kingdom to provide removal of construction and office related waste streams. Tenderers are capable of providing technical and compliance support and provide waste related reporting to support customers drive environmental, economic and operational improvements.",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The purpose of this new framework agreement (\"this Framework Agreement\") is to ensure we can provide a waste management solution for Members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of Services. This framework agreement required tenderers to be capable of providing total waste management and technical and compliance support services. The supplier is required to provide a fully auditable total waste management provision across all waste streams within housing, construction, education, defence, and highways, including, hazardous and non-hazardous waste streams. Service providers were required to be able to supply and end-to-end solution and are responsible for ensuring the producer has access to all compliance documentation and waste reporting to ensure a fully auditable service provision. The Framework Agreement is structured into a single lot - Total Waste Management and Technical Services. Tenderers are required to provide services including but not limited to: a) Total Waste Management, including but not limited to; b) All waste streams across housing, construction, education, defence, and highways industries; and c) Reactive (ad hoc), planned (routine/scheduled), fixed site services (depot or new build), direct tipping facilities, kerbside/wait and load services and site clearance and collection services, such as fly tipping removal services, bulky collections and POP's d) Management Information, waste reporting and compliance documentation in line with each waste stream and EA guidelines e) Technical and compliance services, pertaining to service improvements (environmental, economic, operational and compliance).",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality, Technical Merit & Customer Service",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "90711500",
"description": "Environmental monitoring other than for construction"
},
{
"scheme": "CPV",
"id": "90400000",
"description": "Sewage services"
},
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90512000",
"description": "Refuse transport services"
},
{
"scheme": "CPV",
"id": "90513000",
"description": "Non-hazardous refuse and waste treatment and disposal services"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
},
{
"scheme": "CPV",
"id": "90910000",
"description": "Cleaning services"
},
{
"scheme": "CPV",
"id": "90920000",
"description": "Facility related sanitation services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-11-01T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.mytenders.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 170
}
},
"tenderPeriod": {
"endDate": "2024-04-05T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 540
}
},
"awardPeriod": {
"startDate": "2024-04-05T12:30:00+01:00"
},
"bidOpening": {
"date": "2024-04-05T12:30:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-04-05T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-08T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-04-05T12:30:00+01:00"
},
"newValue": {
"date": "2024-04-08T12:30:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Tender submission date amended"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-04-08T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-22T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-04-08T12:30:00+01:00"
},
"newValue": {
"date": "2024-04-22T12:30:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Extended to allow bidders extra time for bid preparation and clarification."
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-04-22T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-23T17:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-04-22T12:30:00+01:00"
},
"newValue": {
"date": "2024-04-24T09:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Extension of time"
}
]
},
"parties": [
{
"id": "GB-FTS-844",
"name": "Procurement for Housing",
"identifier": {
"legalName": "Procurement for Housing"
},
"address": {
"streetAddress": "2 Olympic Way, Woolston Grange Avenue",
"locality": "Birchwood, Warrington",
"region": "UK",
"postalCode": "WA2 0YL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "twarn@pfh.co.uk",
"telephone": "+44 7971266217",
"url": "https://www.mytenders.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.procurementforhousing.co.uk",
"buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
},
{
"id": "GB-FTS-118371",
"name": "Reconomy",
"identifier": {
"legalName": "Reconomy"
},
"address": {
"streetAddress": "Kelsall House, Stafford Court, Stafford Park 1",
"locality": "Telford",
"region": "UK",
"postalCode": "TF3 3BD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7710308420"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-118372",
"name": "Acumen Waste Services Limited",
"identifier": {
"legalName": "Acumen Waste Services Limited"
},
"address": {
"streetAddress": "Acumen House,, Headlands Lane",
"locality": "Knottingley",
"region": "UK",
"postalCode": "WF11 0LA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7775873696"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-844",
"name": "Procurement for Housing"
},
"language": "en",
"awards": [
{
"id": "021396-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-118371",
"name": "Reconomy"
},
{
"id": "GB-FTS-118372",
"name": "Acumen Waste Services Limited"
}
]
}
],
"contracts": [
{
"id": "021396-2024-1",
"awardID": "021396-2024-1",
"status": "active",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"dateSigned": "2024-07-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}