Awarded contract

Published

Refuse and waste related services

5 Suppliers have already viewed this notice

Track & Win Public Sector Contracts and Tenders. Sign up for Free

Value

1 GBP

Current supplier

Valpak Limited

Description

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. 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. 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. 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. 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. 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. 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. 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.

Unlock decision maker contacts.

Create a Free Account on Stotles

Stotles is your single source for government tenders, contracts, frameworks and much more. Sign up for free.

Explore similar pre-tenders, open or awarded contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

South Thames College Group

454,821.35 GBP

Published 5 days ago

Cheshire East Council

28,113,000 GBP

Published 9 days ago

Wigan Metropolitan Borough Council

110,000 GBP

Published 11 days ago

Solihull College and University Centre

Published 12 days ago

Cheshire East Council

28,113,000 GBP

Published 12 days ago

Red Kite Community Housing Ltd

144,260 GBP

Published 13 days ago

Red Kite Community Housing Ltd

2,155,283 GBP

Published 13 days ago

Explore top buyers for public sector contracts

Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.

Explore over 15,000 buyers

Sign up to the Stotles Tender Tracker for free

Find even more contracts with advanced search capability and AI powered relevance scoring.