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 |
View Full Notice
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