Refuse and waste related services | Tenderlake

Refuse and waste related services

Contract Value:
GBP 1 - 1
Notice Type:
Contract award notice
Published Date:
17 December 2019
Closing Date:
Location(s):
UKC NORTH EAST (ENGLAND) (UK UNITED KINGDOM)
Description:
NEPO215 Collection and Management of Waste Electrical and Electronic Equipment (WEEE) and Batteries

NEPO is seeking to procure a framework contract for the provision of a free of charge service for the collection and management of waste electrical and electronic equipment (WEEE) and post-consumer batteries in line with UK Government WEE Regulations 2013 and the accompanying code of practice. The waste will be collected from a notified list of designated collection facilities’s (DCFs) on behalf of the contracting authorities within each authority’s geographical area. The awarded supplier(s) will supply, service, maintain and replace storage containers needed for the service as well as the collection and transportation of whole units and broken WEEE and batteries to suitable processing facilities and the further sorting or final disposal of any contaminants arising from the collection and sorting process. As a nil cost service the value of the framework contract is 0 GBP with tenderers being invited from the environment agency's list of WEEE approved producer compliance schemes.


South of the Tyne (Gateshead, South Tyneside and Sunderland) – Collection and Management of 5 WEEE Categories

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework agreement which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


South of the Tyne (Gateshead, South Tyneside and Sunderland) – Collection and Management of Batteries

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


North of the Tyne (Newcastle, North Tyneside) – Collection and Management of 5 WEEE Categories.

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


North of the Tyne (Newcastle, North Tyneside) – Collection and Management of Batteries.

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


Tees Valley (Hartlepool, Middlesbrough, Redcar and Cleveland, Stockton) – Collection and Management of 5 WEEE Categories

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


Tees Valley (Hartlepool, Middlesbrough, Redcar and Cleveland, Stockton) – Collection and Management of Batteries

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.


Durham County Council — Collection and Management of 3 WEEE Categories

NEPO used an open tender procedure for the procurement of this framework agreement. This involved the publication of selection and award criteria in order to meet the requirements of contracting authorities that would be using the framework agreement and these were evaluated in accordance with the award criteria contained within the invitation to tender documents. The most economically advantageous tenderer was awarded to the framework contract which will be made available for use by all contracting authorities throughout the North East Region (as defined by the Public Contracts Regulations 2015) including but not limited to government departments and their agencies, non-departmental public bodies, central government, NHS bodies, local authorities, emergency services, coastguard emergency services, educational establishments, registered social landlords and registered charities who have a need to purchase the above services. The framework agreement will be awarded to a ranked list of up to a maximum of two (2) suppliers for each lot with the 1st ranked being designated the primary supplier and the 2nd ranked the contingency supplier. Contracting authorities will then be able to call-off by way of direct award to the primary supplier. If the primary supplier notifies NEPO that it is no longer able to supply under the framework agreement or if they fail to meet the delivery and performance requirements of the framework agreement, then contracting authorities will be able to direct award to the contingency supplier.

Awarded to:
NEPO215WEEE Collection and Management of WEEE and Batteries
Valpak Ltd, Stratford Upon Avon (UK)
Download full details as .pdf
The Buyer:
Association of North East Councils Ltd trading as NEPO (Central Purchasing Body)
CPV Code(s):
90500000 - Refuse and waste related services