- Scope of the procurement
- Lot 1. Humber Waste
- Lot 2. Wales Waste Management Services
- Lot 3. East Anglia Waste Management Services
- Lot 4. South West Waste Management Services
- Lot 5. North West Waste Management Services
- Lot 6. Scotland Waste Management Services
- Lot 7. Southampton Waste Management Services
Section one: Contracting entity
one.1) Name and addresses
Associated British Ports
25 Bedford Street
London
WC2E 9ES
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
Buyer's address
https://in-tendhost.co.uk/abp/aspx/Tenders/Current
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/ABP/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/ABP/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Management Services
Reference number
FMP-GRP-25/0962
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Associated British Ports are tendering the requirement for Waste Management Services across the Group. This procurement is split into lots and the details can be found in the PQQ documents.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Humber Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Humber Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Wales Waste Management Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Wales Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
East Anglia Waste Management Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
East Anglia Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
South West Waste Management Services
Lot No
4
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
South West Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
North West Waste Management Services
Lot No
5
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
3 year + 2 year term
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Scotland Waste Management Services
Lot No
6
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Scotland Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Southampton Waste Management Services
Lot No
7
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Southampton Waste Management Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
1 November 2028
This contract is subject to renewal
Yes
Description of renewals
3 year + 2 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information available within PQQ and ITN documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Information available within PQQ and ITN documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 June 2025
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years time
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Associated British ports
25 Bedford Street
London
WC2E 9ES
Country
United Kingdom