The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Lot 1: North East (UKC)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 1 covers North East (UKC).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 2
II.2.1) Title
Lot 2: North West (UKD)
II.2.2) Additional CPV code(s)
90500000
44613800
44613700
79723000
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 2 covers North West (UKD).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 3
II.2.1) Title
Lot 3: Yorkshire & the Humber (UKE)
II.2.2) Additional CPV code(s)
90500000
44613800
44613700
79723000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 3 covers Yorkshire and the Humber (UKE).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 4
II.2.1) Title
Lot 4: East Midlands (UKF)
II.2.2) Additional CPV code(s)
90500000
44613800
44613700
79723000
II.2.3) Place of performance
NUTS code:
UKF
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 4 covers East Midlands (UKF).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 5
II.2.1) Title
Lot 5: West Midlands (UKG)
II.2.2) Additional CPV code(s)
90500000
44613800
44613700
79723000
II.2.3) Place of performance
NUTS code:
UKG
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 5 covers West Midlands (UKG).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 6
II.2.1) Title
Lot 6: East of England (UKH)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKH
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 6 covers East of England (UKH).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 7
II.2.1) Title
Lot 7: London (UKI)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 7 covers London (UKI).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 8
II.2.1) Title
Lot 8: South East (UKJ)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 8 covers South East (UKJ).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 9
II.2.1) Title
Lot 9: South West (UKK)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 9 covers South West (UKK).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 10
II.2.1) Title
Lot 10: Wales (UKL)
II.2.2) Additional CPV code(s)
90500000
44613700
79723000
44613800
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 10 covers Wales (UKL).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Lot No: 11
II.2.1) Title
Lot 11: Scotland (UKM)
II.2.2) Additional CPV code(s)
90500000
44613800
44613700
79723000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 11 covers Scotland (UKM).
II.2.4) Description of the procurement
The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.
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:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be re-tendered to ensure sufficient coverage for the Consortium members.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
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:
Any supplier may be disqualified who has been convicted of:(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities` financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):(i) the common law offence of cheating the Revenue;(ii) the common law offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed,(i) in section 41 of the Counter Terrorism Act 2008(a); or(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
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
Tender documents must be accessed through the Cirrus Purchasing InTend eTender facility.The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to, the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.Please see the tender documents for further information on framework requirements and tender evaluation criteria.