239_24 Provision of Washroom Services

Award

Buyers

Value

£120,000,000

Classifications

  • Refuse and waste related services

Tags

  • award

Submission Deadline

1 year ago

Published

10 months ago

Description

A Collaboration between ESPO, YPO and NEPO, with ESPO acting as the lead contracting authority.

Provision of a complete washroom services solution, including, but not limited to, collection and disposal of sanitary waste, nappy and incontinence waste, medical waste, sharps collection, clinical waste and offensive waste.

The framework also covers the provision of roller towers, hand dryers (rental), matting solutions and the supply of any and all associated washroom equipment (sanitary vending machines, air fresheners, soap dispensers, urinal sleeves, water saving taps and devices etc).

The scope of the framework agreement also includes the provision of period dignity and male incontinence products and services and provides the opportunity for service providers to offer alternative waste treatment methods, such as recycling and incineration, as an alternative to sending waste collected to landfill sites.

The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated includes the option period.

ESPO shall monitor the financial stability of the awarded suppliers during the period of the Framework Agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score for the suppliers on or before the Framework start date as a base score and where a significant change is identified over the life of the Framework Agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the offences involved, it will be at the sole discretion of ESPO to suspend or even permanently remove the supplier from the Framework Agreement.

Additional information: As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

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

T25-019ENV Provision of Materials Processing Services for Recycling of Source Segregated Materials

Derry City and Strabane District Council wish to appoint a suitable contractor and / or contractors for the Provision of Materials Processing Services for Recycling of Source Segregated Materials collected from Recycling Centres / Recycling Points. The Authority has a statutory duty under the Waste and Contaminated Land (Northern Ireland) Order 1997 No. 2778 (N.I. 19) (Part II Articles 20(1)(a) and (b) and 20(2)) to arrange for the collection of household, commercial and industrial waste. The Authority is also required under the 1997 Order (Part II, Article 25(1)(a)) to make arrangements for the disposal of any waste collected or removed under Article 20 of the 1997 Order. Contractors must be able to provide a service that allows for the following elements- collection (s) and material processing for Recycling of Source Segregated Materials from Recycling Centres / Recycling Points, Transfer Stations and other Council Facilities to include recoverable materials from parks, cemeteries, grounds maintenance operations etc. Contractors can tender for all or some of the lots listed below along with their EWC codes. An EWC Code is a six-digit code used to identify waste as listed in the European Waste Catalogue. Lots are as follows: Lot 1 Green Waste 20 02 01, Lot 2 Cemetery Waste or Municipal Parks/Ground Waste 20 02 01 and Lot 3 Plasterboard 20 03 99. The Competition for each Lot is being conducted using the open procedure in accordance with the Regulations. Each Competition is separate from the others, although this Invitation to Tender establishes the terms and conditions of all Competitions. Each Contract awarded shall be for an initial period of three (3) years ("Initial Term"). The Council shall retain the right to extend its Contract awarded beyond the Initial Term by: an additional period of one (1) year from its third anniversary; and by second additional period of one (1) year from its fourth anniversary; and The Council reserves the right not to extend its Contract beyond the Initial Term and, where it does extend beyond the Initial Term, not to grant any further extensions thereafter. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Place & Environment Procurement Team

[email protected]

Timeline complete

Publish
Bid
Evaluate
Award
Complete