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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
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
Country
United Kingdom