Market Leads & Opportunities
United Kingdom-LEICESTER: 861_25 Refuse Sacks
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-021481/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: LEICESTER
Postal code: LE19 1ES
Country: United Kingdom
Contact Person: Catalogue Procurement Team
Email: tenders@espo.org
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity: Local Authority Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 861_25 Refuse Sacks
Reference number: 861_25
II.1.2) Main CPV code: 19640000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: A framework for the bulk supply of refuse sacks and bin liners. Goods are required for delivery to the ESPO Distribution Centre, Leicester.
To tender:
(a) Go to ; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity ‘861_25’ (via “View Opportunities” from the ‘EastMidsTenders’ Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
II.1.5) Estimated total value:
Value excluding VAT: 2320000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Refuse Sacks
Lot No:1
II.2.2) Additional CPV code(s)
19640000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Goods are required for delivery to the ESPO Distribution Centre, Leicester.
II.2.4) Description of the procurement:
Items required include a range of refuse sacks and waste bin liners. Products are to be suitable for use in a commercial environment.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2270000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2025-01-01End: 2027-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 2 – Compostable Liners
Lot No:2
II.2.2) Additional CPV code(s)
19640000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Goods are required for delivery to the ESPO Distribution Centre, Leicester.
II.2.4) Description of the procurement:
Items required include a range of compostable food waste liners. Products are to be suitable for use in a commercial environment.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 50000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2025-01-01End: 2027-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: The minimum financial requirement for the purposes of the current tender exercise is that Companies, Public Sector organisations and Third Sector organisations should have ‘positive net assets’ as determined from their Latest Year’s Published Accounts. Partnerships, sole traders or other organisations who are not required by law to publish their annual accounts must similarly provide their annual accounts, and those annual accounts shall be used instead for the below assessment.
For net assets: – Total Net Assets or Shareholder’s Funds lifted straight from the latest year’s balance sheet should be positive.
It is important that the financial information provided relates specifically to the company registration number of the Tenderer completing the ITT.
If a Tenderer fails to pass the financial assessment and is part of a larger group, provided that the group accounts are provided to ESPO on request and these pass the financial test, a parent company guarantee may be acceptable provided the Tenderer is a 100% wholly owned subsidiary within the group.
In addition to the above test, ESPO will use a Credit Reference Agency to provide information on Tenderers. Where the Credit Reference Agency assigns the Tenderer a score indicating higher than moderate financial risk, ESPO will give further consideration to the financial information and financial stability of the Tenderer.
If ESPO has any reasonable cause for concern in relation to this information that cannot be reasonably resolved then this could give rise to the tender being rejected.
This contract will contain a contract monitoring clause which will require suppliers to ensure that there is no material detrimental change in their financial standing and/or their credit rating (as determined by use of a Credit Reference Agency).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-08-12 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-08-12 Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Royal Court of Justice
Postal address: The Strand
Town: LONDON
Postal code: WC2A 2LL
Country: United Kingdom
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:2024-07-12
More Opportunties
- Apprentice ePortfolio Platform – 2026 – AWARD
6 Apr 26
The Education Training Collective (ETC) is a group of FE Colleges and Independent Training Providers within the North-East of England. We are seeking a supplier to provide a cloud-based ePortfolio system. The aim is to provide an intuitive, reliable, and> > - Infrastructure & End User Computing Refresh
26 Mar 26
As part of this procurement, suppliers are requested to provide a comprehensive financial proposal for the full list of equipment outlined in this tender, based on a three (3) year lease agreement. The proposal must include a monthly payment profile cover> > - IT Hardware and Consumables
26 Mar 26
Procurement of purchase and supply of IT Hardware and Consumables including headphones, cables, USB-C Hubs, assistive technology, such as ergonomic mice and keyboards.> >
