Construction Contract Leads
North West
Category Services
Type
No. of Lots 10
Status Active
Published 25th Mar 2024
Reference | ocds-h6vhtk-044c84 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Restricted procedure |
Value | - |
North West
Category Services
Type
No. of Lots 10
Status Active
Published 25th Mar 2024
Reference | ocds-h6vhtk-044c84 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Restricted 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
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