Refuse Collection Vehicles (RCVs) Including sustainably powered Options 2022-2026

Award

Value

£2,942,005

Classifications

  • Specialist vehicles
  • Vehicles for refuse
  • Refuse-collection vehicles
  • Refuse-compaction vehicles

Tags

  • award
  • contract

Published

3 years ago

Description

The contract allows for key fleet replacements to support BCP front line services. BCP
Council currently operates zero emission vehicles (i.e. electric (EV) or hydrogen) in the RCV
fleet.
BCP Councils fleet strategy for this procurement is to purchase and not lease.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Dry Mixed Recycling Services and Haulage

South Oxfordshire District Council and Vale of White Horse District Council (the Councils) as second tier Waste Collection Authorities operate a shared household waste and recycling collection service. This is currently contracted out to a waste collection company whose material sorting arm accepts the Dry Mixed Recycling (DMR) material at its Material Recovery Facility (MRF). The DMR is fully co-mingled in line with the Governments Core Materials Set. That means that all recycling other than food and garden waste are collected within the same receptacle from households. The current contractual arrangements for this service is due to expire on 28 June 2026. This procurement concerns the proposed award of a new contract to a suitable Supplier that is intended to replace/succeed the existing arrangements which is anticipated to commence from Monday 29 June 2026. This proposed contract is for the transport of the Councils' DMR from the Waste Transfer Station to a MRF for separation and onward sale to the markets for re-processing. Under the proposed contract the Councils require that the DMR be collected from the Waste Transfer Station. The Councils will not be supplying vehicles for this purpose and it will be the responsibility of the successful Supplier to secure suitable vehicles for the provision of this service. The Waste Transfer Station is operated by FCC Recycling (UK) Limited, who the Councils hold a contract with for receiving DMR and making it available to Hauliers. The Waste Transfer Station is located at Appleford Sidings, OX14 4PW. Once the DMR has been picked up from the Waste Transfer Station and transported to a MRF the successful Supplier will be responsible for ensuring that all the recyclable materials received at the MRF or MRFs will then be separated out into the key material types and sold onto re-processing markets. The Councils are open to bids from existing MRF operators and will also consider bids on a merchant basis. For merchant bids the Supplier remains responsible for all aspects within the specification and should note that a full audit trail of the material will be required. Under this contract the successful Supplier will be required to separate out the maximum amount of DMR received and pass this on to re-processors, minimising the amount of recyclate sent for disposal. A split from the sale of materials, as described within the Pricing Schedule, will be passed on by the Supplier to the Councils. It will track the LetsRecycle pricing index. The Councils are in the top 5 in the country for recycling performance and have been so for over a decade. The recyclate in scope for this contract is, in comparison to many other local authorities, low in contaminants. Total annual tonnages are circa 27,000. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023. The Councils will use the online Proactis portal at [https://sebp.due-north.com] (the Portal) to make associated tender documents available to suppliers. Suppliers wishing to participate in this procurement process are required to submit their completed Procurement Specific Questionnaire (PSQ) and Tenders through the Portal by 1pm on 25 November 2025. The following associated tender documents are being made available with the publication of this tender notice (via the Portal) to provide further information about the procurement process: • Tender Notice • PSQ; • Invitation to Tender (ITT and appendices); • Contract; The technical specification for this opportunity can be accessed via the Portal. Suppliers are referred to the associated tender documents which set out the conditions of participation and detailed award criteria (including sub-criteria) applicable to this procurement process

Katy Reed

Published 1 week ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 3 months ago
Open

21034 Social and Education transport Services Dynamic Purchasing System 2021 (DN559834)

This DPS is for delivery of home to school and social care transport services. This transport will be for a range of client groups including (but not limited to), pupils (to/from mainstream and special educational needs establishments), children’s social care service users and adult social care service users. These services will be for Cambridgeshire County Council and Peterborough City Council primarily, though other local authorities and public bodies within Cambridgeshire may also access services. This solution shall offer one Platform to service providers to bid for work for Home to School transport services both mainstream and SEND, Children's social care and Adult social care transport services across the County. The estimated value of the DPS is approximately £30 million per annum, thus representing a total potential value of £300,000,000 over the maximum ten year term. The Dynamic Purchasing system currently operates a weekly onboarding (Fridays at 12:00 round closure), it has been decided that the On-Boarding will move to TWICE a month frequency. This change will take effect from September 2024 with the round closing 6th September, then fortnightly for there in, (to be clear the following one will be 20th September at 12:00). Under the DPS Agreement such is change is allowed, please refer to the Invitation to Participate document on ProContract section Rounds 1.6.17 – 1.6.19 for further information. For any New Operators wishing to join the dynamic Purchase system, will mean that your application will be review following the round closure ONLY TWICE during each month. Please ensure you take this change into account, if you are keen to bid for opportunities advertised under this DPS. For Current Operators this will not have any immediate impact unless you have to update your previous submission. If you wish to make changes to your application, please ensure you have considered that any changes will not be reviewed until the next round closure (every fortnight).

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete