Contract

378B_21 Hazardous Waste Collection and Disposal Services

  • ESPO

F03: Contract award notice

Notice identifier: 2021/S 000-011714

Procurement identifier (OCID): ocds-h6vhtk-02b534

Published 26 May 2021, 12:16pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Place and Environment Procurement Team

Email

tenders@espo.org

Telephone

+44 1162657864

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

Buyer's address

http://www.espo.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

378B_21 Hazardous Waste Collection and Disposal Services

Reference number

378B_21

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

An ESPO national framework for the provision of hazardous waste collection and disposal services. This framework will supplement ESPOs 378_20 Hazardous and Specialist Waste Services framework.

An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.

ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision for the collection and disposal of a range of hazardous wastes including, but not limited to: acids, alkaline batteries, battery acid, cleaning chemicals, laboratory chemicals, fluorescent tubes, aerosols, duplicator fluids, flammable solids and liquids, oils, WEEE, toxics, toxic solids and water-based waste.

two.2.5) Award criteria

Quality criterion - Name: Non-price / Weighting: 30

Price - Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in section II.1.7 includes the option period.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 222-547400


Section five. Award of contract

Contract No

378B_21

Title

378B_21 Hazardous Waste Collection and Disposal Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Acorn Waste Management Ltd

Coniston A-C, Upton Magna Business Park, Upton Magna,

Shrewsbury

SY4 4TT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Acumen Waste Services Ltd

Acumen House Headlands Lane

Knottingley

WF11 0LA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Chartwell House, 5 Barnes Wallis Road, Segensworth East,

Fareham

PO15 5TT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Donald Ward Ltd T/A WARD

Moira Road, WoodVille,

Swadlincote

DE11 8DG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

ENVA ENGLAND SPECIALIST WASTE LIMITED

Brailwood Road, Bilsthorpe Industrial Estate,

Bilsthorpe

NG22 8UA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

F & R Cawley Ltd

1 Covent Garden Close,

Luton

LU4 8QB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Greenzone Facilities Management Limited

The Corner House, Brunel Drive,

Newark

NG24 2EG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reconomy (UK) Ltd

Kelsall House, Stafford Court, Stafford Park 1,

Telford

TF3 3BD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Red Industries (Brownhills) Ltd

Borough House, Berkeley Court, Borough Road,

Newcastle-under-Lyme

ST5 1TT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Safetykleen UK Limited

Safetykleen UK Limited 4th Floor Profile West 950 Great West Road

Brentford

TW8 9ES

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

WasteCare Limited

Richmond House, Selby Road, Garforth,

Leeds

LS25 1NB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,500,000


Section six. Complementary information

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.