RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Future Academies - Waste Management Services |
Notice type: | Contract Notice |
Authority: | RIVA Partnership Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The successful supplier is required to provide excellent waste management services to Future Academies, a family of schools across London and Hertfordshire dedicated to improving the life chances and broadening the horizons of young people. |
Published: | 13/02/2025 09:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Future Academies
Lupus Street, 1-3 Waverley Lane, London, SW1V 3AT, United Kingdom
Tel. +44 1252977017, Email: tenders@rivapartnership.co.uk
Contact: Rachel OGrady
Main Address: https://www.futureacademies.org/, Address of the buyer profile: https://www.futureacademies.org/
NUTS Code: UKI
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-London:-Refuse-and-waste-related-services./8D52HK4698
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Future Academies - 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: The successful supplier is required to provide excellent waste management services to Future Academies, a family of schools across London and Hertfordshire dedicated to improving the life chances and broadening the horizons of young people.
II.1.5) Estimated total value:
Value excluding VAT: 530,840
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The successful tenderer will be required to provide waste management services to 10 schools within Future Academies. Please note this is a growing Trust and any schools either already in the Trust but not included here, or any schools that may join the Trust within this contract period, may join this contract at the client’s discretion.
The contract term being tendered is for three years, 1st September 2025 to 31st August 2028. There is an option for a further extension period for two further years to 31st August 2030.
The Trust seeks a Supplier capable of delivering comprehensive waste management solutions to it’s schools. The Supplier will assist in achieving optimal business waste management practices, supporting their environmental goals while ensuring value for money.
The services will commence with a detailed waste audit for each school to accurately assess their specific needs and requirements. The audit may result in a combination of general waste collection and additional separate recycling services tailored to help schools meet their sustainability targets effectively.
The Successful Supplier will be responsible for the following services:
•General Waste Collections: Regular and reliable pickup of general waste materials, ensuring compliance with environmental regulations.
•Dry Mixed Recycling Collections: Efficient collection of recyclable materials like paper, glass, and plastics, promoting sustainable practices within the educational environment.
•Food Waste Recycling Collections: Specialised collection services for food waste, aimed at reducing landfill contributions and enhancing composting or energy recovery efforts.
This partnership aims to foster environmentally responsible waste management strategies across the settings, blending practicality with sustainability.
It is also the objective of this tender for the successful Supplier to have:
•A robust management support structure
•Agreement to work in conjunction with the Trust to achieve their environmental and sustainability aims
•All staff are required to comply with the Trusts safeguarding policies.
The Trust expects the highest standards of service to be achieved at all times and seeks a supplier looking to always work in partnership with them.
Please be advised that the waste management services are currently contracted to various contractors where the Trust seeks one provider for all schools.
Value of contract:
The annual value of the current contract is £106,168 (the total cost of waste management services at all schools per annum).
Therefore the value of this contract is £530,840 (total annual costs as above x 5 as this contract is for a maximum of 5 years).
Additional requirements and information:
•The School has a minimum requirement for a contractor’s employers' liability and public liability insurance of £5 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £500k
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: 530,840
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2025 / End: 31/08/2030
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Only candidates that meet the minimum selection criteria will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/8D52HK4698
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:
Not Provided
III.1.2) Economic and financial standing
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
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: Yes
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: 17/03/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time. Please note this is a growing Trust and any other schools that may join the Trust during the tenure of this new contract may, at the Trust’s discretion, be added to this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./8D52HK4698
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8D52HK4698
VI.4) Procedures for review
VI.4.1) Review body:
Future Academies
Lupus Street, London, SW1V 3AT, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 13/02/2025
Annex A