First Choice Homes Oldham: Waste Management Services

  First Choice Homes Oldham is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Waste Management Services
Notice type: Contract Notice
Authority: First Choice Homes Oldham
Nature of contract: Services
Procedure: Open
Short Description: FCHO is inviting providers to bid for the following services for a 3 year contract with the option of a further 1 year 1.Lot 1 – Provision of skips to multiple locations 2.Lot 2 – Direct tipping of general and green waste 3.Lot 3 – Provision of bins to offices and community centres Bidders are invited to bid for any of the lots or all of the lots
Published: 12/01/2024 18:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-UK-Oldham: Information technology services.: Refuse and waste related services.
Section I: Contracting Authority
      I.1) Name and addresses
             First Choice Homes Oldham
             First Place 22 Union Street, 22 Union St, UK-Oldham: Information technology services., OL1 1BE, United Kingdom
             Tel. +44 7880027570, Email: procurement@fcho.co.uk
             Contact: Keith Mullender
             Main Address: www.fcho.co.uk, Address of the buyer profile: www.fcho.co.uk
             NUTS Code: UKD3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-UK-Oldham:-Information-technology-services.:-Refuse-and-waste-related-services./CQNYJF723B
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/CQNYJF723B to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Waste Management Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90500000 - Refuse and waste related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: FCHO is inviting providers to bid for the following services for a 3 year contract with the option of a further 1 year
1.Lot 1 – Provision of skips to multiple locations
2.Lot 2 – Direct tipping of general and green waste
3.Lot 3 – Provision of bins to offices and community centres
Bidders are invited to bid for any of the lots or all of the lots       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Provision of Skips to Multiple Locations       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: The provision of waste skips for waste material to FCHO in multiple locations in and around the Oldham area
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract can be extended by 1 further year .. optional
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/CQNYJF723B       
II.2) Description Lot No. 2
      
      II.2.1) Title: Direct Tipping of General & Green Waste       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: FCHO requires the processing of waste removed by FCHO, including; building waste, green waste, bulky household waste (furniture etc), items ‘dumped’ on FCHO property, food waste, skips which remain in a permanent location, fridges / freezers, asbestos waste, tyres, mattresses (including all other POPs) and WEEE and any other hazardous waste including clinical waste consisting of but not limited to Needles, human waste and animal waste.

Treatment and disposal of all urban solid-refuse and waste as appropriate.

Waste-tip management services, including waste streaming to identify appropriate treatment and disposal methods
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract may be extended by 1 further year (optional)
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Provision of Bins to offices and community centres       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: FCHO requires the collection and processing of waste from our offices throughout the year.

All locations and bin requirements will be provided by FCHO in advance but will all be within the Metropolitan Borough of Oldham.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract may be extended by 1 additional year (optional)
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Refer to tender documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/02/2024 Time: 12:00
            
      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 month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 14/02/2024
         Time: 12:00
         Place:
         Oldham
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-UK-Oldham:-Information-technology-services.:-Refuse-and-waste-related-services./CQNYJF723B

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CQNYJF723B
   VI.4) Procedures for review
   VI.4.1) Review body:
             First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Tel. +44 1613935207
       Internet address: https://www.fcho.co.uk
   VI.4.2) Body responsible for mediation procedures:
             First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Tel. +44 1613935207, Email: procurement@fcho.co.uk
          Internet address: https://www.fcho.co.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Tel. +44 1613935207, Email: procurement@fcho.co.uk
       Internet address: https://www.fcho.co.uk
   VI.5) Date Of Dispatch Of This Notice: 12/01/2024

Annex A


View any Notice Addenda

View Award Notice