Tender

Waste Management Services

  • Associated British Ports

F05: Contract notice – utilities

Notice identifier: 2025/S 000-003341

Procurement identifier (OCID): ocds-h6vhtk-04dab9

Published 31 January 2025, 3:42pm



Section one: Contracting entity

one.1) Name and addresses

Associated British Ports

25 Bedford Street

London

WC2E 9ES

Email

procurement@abports.co.uk

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