Tender

Aspire Academy Trust - Provision of Waste Management Services

  • Aspire Academy Trust

F02: Contract notice

Notice identifier: 2024/S 000-028502

Procurement identifier (OCID): ocds-h6vhtk-049886

Published 5 September 2024, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

Aspire Academy Trust

Unit 20, St Austell Business Park

St Austell, Cornwall

PL25 4FD

Contact

Tim Hooper

Email

tim.hooper@iaspire.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.aspireacademytrust.org/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Aspire Academy Trust - Provision of Waste Management Services

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The proposed contract will be for a provision of waste management services to the Trust in accordance with this service specification and the associated tender documents.

The initial 3.5 year contract term will be from 1st March 2025 with the option to extend for 2 further 1-year extensions, giving a contract end date of 31st August 2030.

two.1.5) Estimated total value

Value excluding VAT: £500,000

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

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Aspire Academy Trust

Unit 20,

St Austell Business Park,

St Austell,

Cornwall,

PL25 4FD

two.2.4) Description of the procurement

The contract will be for the provision of waste management services to the Trust. The type of waste, together with the frequency of collection is detailed in Document 5. Tender Response - Price Offer Form.

The Trust is seeking an efficient, high quality waste management service that fully complies with Educational environmental objectives to reduce the environmental impact of waste services, meet government targets for recycling and reduce waste to landfill sites.

The Contract covers the following categories of waste streams.

a. General Waste (landfill)

b. Recycled Waste (paper, cardboard, plastics, glass)

c. Food Waste (compostable)

In order to meet the Trust’s requirements, the Contractor shall:

a. Demonstrate a proactive approach that will aim to reduce general waste to landfill collections with the aim of achieving zero waste to landfill across all sites.

b. Hold the appropriate Waste Carrier licences to allow them to carry out the waste management service for the Trust. Contractors shall provide copies of the licences as part of the tender submission. Licences of the Contractor will remain valid for the duration of the Contract; any licences found to be out of date or deemed invalid will result in the removal of the Contractor from the contract.

c. Have in place an appropriate recycling and waste management strategy for the contract. This will include but not be limited to; systems for waste segregation and minimisation, re-use, recycling and disposal.

d. Provide wheelie bins, skips, containers as necessary to facilitate the storage and removal of all specified waste streams. Ancillary items must be included within the pricing schedule. Details of items to be used during the Contract shall be provided as part of your tender submission.

e. Be aware Information on historical volumes for all waste streams are provided within Document 5. Tender Response - Price Offer Form.

f. Be required to work with the Trust’s Premises Managers to Improve the levels of recycling in the Trust to ensure that the optimum level of waste material is recycled, sustainability targets are met and best value for money is achieved.

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

Duration in months

42

This contract is subject to renewal

Yes

Description of renewals

Option of 2 further 1 year extensions giving a contract end date of 31st August 2030.

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.1.2) 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

Open procedure

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

24 October 2024

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 October 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232501.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232501)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Aspire Academy Trust

Unit 20, St Austell Business Park

St Austell, Cornwall

PL25 4FD

Email

tim.hooper@iaspire.net

Country

United Kingdom

Internet address

https://www.aspireacademytrust.org/

six.4.4) Service from which information about the review procedure may be obtained

Aspire Academy Trust

Unit 20, St Austell Business Park

St Austell, Cornwall

PL25 4FD

Email

tim.hooper@iaspire.net

Country

United Kingdom

Internet address

https://www.aspireacademytrust.org/