Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 10

Status Active

Published 25th Mar 2024

Tender Details
Referenceocds-h6vhtk-044c84
Common Procurement VocabularyRefuse and waste related services
Procurement MethodRestricted procedure
Value-
More Tenders »

North West

Category Services

Type

No. of Lots 10

Status Active

Published 25th Mar 2024

Tender Details
Referenceocds-h6vhtk-044c84
Common Procurement VocabularyRefuse and waste related services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

The Guinness Partnership Ltd

Bower House, 1 Stable Street

Oldham

OL9 7LH

Contact

Procurement

Email

procurement [at] guinness.org.uk

Telephone

+44 3031231890

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.guinnesspartnership.com/

Buyer's address

http://www.guinnesspartnership.com/

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=7741d347-2aa0-ee11-8127-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=7741d347-2aa0-ee11-8127-005056b64545

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bulk Waste Removal Services

Reference number

DN660540

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

Guinness are carrying out a procurement exercise to enter into contracts for the provision of bulk waste removal services across our Estates.

Bulk Waste consists of:

•Bulk waste (fly tipping) scheduled (milk round) and / or ad hoc.

•Green waste scheduled (milk round) and / or ad hoc.

•Skimming of paladin refuse bins, bin room floors and bin chutes containing domestic waste in between scheduled bin collection services by other providers e.g. Local Authorities, either as an ad hoc or as a scheduled service,

•Persistent Organic Pollutants (POPs) (expected during fly tipping collections)

•Hazardous and potentially hazardous wood (expected during fly tipping collections); and

•Provision of skips through schedule of rates.

Guinness wants to understand whether it is possible to secure added value from Bidders by procuring a contract for a larger area. Or, alternatively, whether smaller suppliers are able to provide better value to reduce overheads and a more concentrated local presence within the geographical contract areas that are on offer. Therefore, the Contract is divided into seven geographical Lots, plus two additional Lots which are a combination of three of the other lots each plus a lot which is the combination of all seven lots. The lots which demonstrate the best value for money will be awarded.

Only one supplier will be appointed to each of the lots that are to be awarded.

The contracts will be in place for an initial term of three years with the option to extend for a further two periods of 12 months, up to a maximum of five years.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The intention is that Guinness will award a contract for each of the combined lots (7, 8 and 9 or 10), or award a contract to the respective lots which are linked to those lots (1, 2 and 3 or 4, 5 and 6 and 7 or 1 to 7 respectively), whichever is deemed to be the most economically advantageous. The lot(s) which are not deemed to be the most economically advantageous will not be awarded.

The Lots will be awarded in the following order – Lot 10, followed by lot 7, 8 and 9 followed by any remaining lots where lot 10 or lots 8 and 9 are not awarded.

II.2) Description

II.2.1) Title

Greater Manchester

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

II.2.4) Description of the procurement

The provision of bulk waste removal services in Greater Manchester across 129 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

North West

Lot No

2

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside

II.2.4) Description of the procurement

The provision of bulk waste removal services in the North West (excluding Greater Manchester) across 75 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Yorkshire, Nottinghamshire, Lincolnshire & Derbyshire

Lot No

3

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF21 - Leicester
  • UKF22 - Leicestershire CC and Rutland
  • UKF3 - Lincolnshire

II.2.4) Description of the procurement

The provision of bulk waste removal services in Yorkshire, Lincolnshire, Nottinghamshire, Derbyshire across 89 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Home Counties

Lot No

4

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire
  • UKF25 - North Northamptonshire
  • UKH23 - Hertfordshire
  • UKH3 - Essex
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

II.2.4) Description of the procurement

The provision of bulk waste removal services in the Home Counties across 87 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

London

Lot No

5

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

The provision of bulk waste removal services in London across 75 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

South East and South Coast

Lot No

6

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent

II.2.4) Description of the procurement

The provision of bulk waste removal services in the South East and South Coast across 171 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

South West

Lot No

7

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

II.2.4) Description of the procurement

The provision of bulk waste removal services in the South West across 111 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

North

Lot No

8

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)

II.2.4) Description of the procurement

The provision of bulk waste removal services in the North West across 293 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

South

Lot No

9

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

II.2.4) Description of the procurement

The provision of bulk waste removal services in the South across 333 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

National

Lot No

10

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

II.2.4) Description of the procurement

The provision of bulk waste removal services on a national basis covering the North West, Yorkshire, Lincolnshire, Nottinghamshire, Derbyshire, Home Counties, London, South East and South Coast and South West across 737 schemes as and when required. The number of schemes may increase or decrease throughout the life of the Contract and Guinness gives no guarantee of any frequency or volume of waste to be removed under this Contract.

II.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract(s) will be in place for an initial term of 3 years with the option to extend for two further periods of 12 months up to a total of 5 years.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Supplier must be registered with the Environment Agency as a Waste Carrier.

The Supplier must be a member of a SSIP (Safe Systems in Procurement) approved Health & Safety compliance accreditation scheme.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

24 April 2024

Local time

12:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This Contract is being procured by the Guinness Partnership Ltd., a registered Charitable

Community Benefit Society registered number 031693R, whose registered office is at 30

Brock Street, Regent's Place, London, NW1 3FG (“Guinness”) on behalf of Guinness and any subsidiaries or entities within the Guinness group of societies and companies.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

Country

United Kingdom