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
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
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address
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
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