Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Bulk Waste Removal Services

  • First published: 26 March 2024
  • Last modified: 26 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044c84
Published by:
The Guinness Partnership Ltd
Authority ID:
AA78342
Publication date:
26 March 2024
Deadline date:
24 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Guinness Partnership Ltd

Bower House, 1 Stable Street

Oldham

OL9 7LH

UK

Contact person: Procurement

Telephone: +44 3031231890

E-mail: procurement@guinness.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.guinnesspartnership.com/

Address of the buyer profile: 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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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

 

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

Lot No: 1

II.2.1) Title

Greater Manchester

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKD3

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

Lot No: 2

II.2.1) Title

North West

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKD1

UKD4

UKD6

UKD7

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

Lot No: 3

II.2.1) Title

Yorkshire, Nottinghamshire, Lincolnshire & Derbyshire

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKE

UKF1

UKF21

UKF22

UKF3

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

Lot No: 4

II.2.1) Title

Home Counties

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKF24

UKF25

UKH23

UKH3

UKJ1

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

Lot No: 5

II.2.1) Title

London

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKI

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

Lot No: 6

II.2.1) Title

South East and South Coast

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKJ2

UKJ3

UKJ4

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

Lot No: 7

II.2.1) Title

South West

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKK

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

Lot No: 8

II.2.1) Title

North

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKD

UKE

UKF

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

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

Lot No: 9

II.2.1) Title

South

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

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

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

Lot No: 10

II.2.1) Title

National

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKD

UKE

UKF

UKH

UKI

UKJ

UKK

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

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 24/04/2024

Local time: 12:00

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

EN

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

UK

VI.5) Date of dispatch of this notice

25/03/2024

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@guinness.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.