Tender

PP-10114 Hornchurch Academy Trust Waste Management

  • London Borough of Havering

F02: Contract notice

Notice identifier: 2024/S 000-025079

Procurement identifier (OCID): ocds-h6vhtk-048907

Published 8 August 2024, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Havering

Town Hall, Main Road

Romford

RM1 3BD

Contact

Irene Celis

Email

IIrene.Celis@place-group.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://www.havering.gov.uk/

Buyer's address

https://in-tendhost.co.uk/placegroup/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/placegroup/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/placegroup/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PP-10114 Hornchurch Academy Trust Waste Management

Reference number

PP-10114

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

This requirement is for a new single supplier framework agreement for waste management services which is expected to be used primarily by education establishments listed in Attachment 1 Brokerage Subscribers 2024 (subject to change). Over the life of the framework agreement, it is envisaged that additional schools in Havering and other neighbouring Local Authorities may subscribe to the Brokerage Service and therefore access the Waste Management Services and other frameworks on offer. This requirement is for the renewal of a single-supplier framework agreement for General Waste, Food Collections and Recycling Services for education providers.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

Havering Education Services (HES) established a Brokerage Service in 2013 as a dedicated collaborative procurement and contracts support service for schools and settings. The Service enables schools to access a wide range of competitive single and multi-supplier procurement frameworks for goods and services that have been selected through a compliant procurement route, and who demonstrably deliver value for money and high-quality products and services to schools and settings. The Brokerage Service has over the years developed into a highly valued and award winning schools led local and regional collaborative model with a cumulative total transaction value to date of circa £10m. Starting in 2022, under a partnership model, Hornchurch Academy Trust, a Multi Academy Trust based in Havering became the ‘Contracting Authority’ under which umbrella the HES brokerage frameworks are managed, and procurement activities conducted.This requirement is for a new single supplier framework agreement for waste management services which is expected to be used primarily by education establishments listed in Attachment 1 Brokerage Subscribers 2024 (subject to change). Over the life of the framework agreement, it is envisaged that additional schools in Havering and other neighbouring Local Authorities may subscribe to the Brokerage Service and therefore access the Waste Management Services and other frameworks on offer. An updated Attachment 1 may be provided at ITT stage.The Framework Agreement period will be for 3 years initially with the option to extend for an additional one-year extension. Supplier’s that are appointed to the framework agreement, will be required to pay a rebate for each contract they are awarded following the mini-competition process. The rebate will be 2.5% (excluding VAT) of the total value of the contract that is awarded.The SpecificationThis requirement is for the renewal of a single-supplier framework agreement for General Waste, Food Collections and Recycling Services for education providers.The Authority is looking for a Supplier who can support schools and educational settings to achieve an optimal business waste management solution. A waste audit shall be offered to schools to help them recognise their requirements. Results may entail combining general waste collection with additional separate recycling services to help them achieve environmental targets and goals along with the principle of value for money in mind.The Successful Supplier will provide the following services:- General Waste collections- Dry Mixed Recycling collections- Food Waste recycling collections

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

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

As per the tendering documentation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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.2.2) Time limit for receipt of tenders or requests to participate

Date

9 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

WC2A 2LL

Country

United Kingdom