Contract

Aspire Academy Trust - Provision of Waste Management Services

  • Aspire Academy Trust (Secondary Acct:PHP Law)

F03: Contract award notice

Notice identifier: 2025/S 000-028977

Procurement identifier (OCID): ocds-h6vhtk-049886 (view related notices)

Published 2 June 2025, 8:41am



Section one: Contracting authority

one.1) Name and addresses

Aspire Academy Trust (Secondary Acct:PHP Law)

Unit 20, St Austell Business Park

Cornwall

PL25 4FD

Contact

Tim Hooper

Email

tim.hooper@iaspire.net

Telephone

+44 12345

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=AA43319

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £312,269.75

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

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

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 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-028502


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Suez Recycling and Recovery UK

SUEZ House, Grenfell Road,

Maidenhead, Berkshire,

SL6 1ES

Email

steph.saenz@suez.com

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address

www.suez.co.uk

The contractor is an SME

No

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

Total value of the contract/lot: £312,269.75


Section six. Complementary information

six.3) Additional information

(MT Ref:234660)

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/