Planning

Waste Services

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Planning

07 Feb 2020 at 11:01

Summary of the contracting process

The procurement process is initiated by the Crown Commercial Service, focusing on a tender titled "Waste Services." This opportunity falls within the industry category of waste management and environmental services and is primarily located in the United Kingdom. The procurement is currently in the planning stage, with a total budget of £4 billion allocated for the contract period from 1st June 2021 to 30th June 2024. As part of this process, market engagement will occur with suppliers starting from January to March 2020, ahead of future call-off contracts that aim to fulfil various waste service needs across geographical regions.

This tender presents significant opportunities for businesses, particularly those specialising in waste management, consultancy, and environmental services. Companies that are small or medium-sized enterprises (SMEs) are encouraged to participate, enabling them to contribute to a broad range of services, including municipal, clinical, and commercial waste management, as well as washroom services. Engaging in this process may allow suppliers to develop closer relationships with public sector bodies, ultimately supporting business growth through government contracts and sustainable procurement initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Waste Services

Notice Description

Crown Commercial Services (CCS), the Authority, is putting into place a commercial agreement for use by UK public sector bodies and future successor organisations, which include Central Government Departments, Arms-Length Bodies and Agencies, NDPBs, Third Sector organisations, NHS and Local Authorities, including Primary Care. CCS aims to allow procuring departments the ability to enter into Call-Off contracts of various sizes and complexity. The initial positon, subject to engagement is that a full waste service provision may be broken down into multiple lots across geographical regions, for example: Lot 1 - Municipal Waste and associated services; Lot 2 - Clinical Waste and associated services; Lot 3 - Commercial (Office) Waste and associated services; Lot 4 - Classified Waste and associated services; Lot 5 - Washroom Services; Lot 6 - Ad-Hoc / On-Demand Waste and associated services; and Lot 7 - Waste Management and associated services. Additional information: The purpose of this PIN is to: 1. inform that CCS is to consider an exercise to set up a contracting vehicle as described above in II.1.4 Short Description; 2. gauge the market interest in this procurement for waste services 3. understand how best to contract with waste suppliers, including waste management suppliers, which operate in the UK waste sector; 3. identify suppliers who would like to participate in a suite of engagements CCS intends to undertake, including 1:1's and larger multi-supplier engagements. These engagements are intended to influence the strategy development and may include potential customers. Details are available here: https://ccs-agreements.cabinetoffice.gov.uk/node/7713 this website will be periodically updated with the latest information. To participate in the engagement process, or to register for regular comms/updates, please email: wasteservices@crowncommercial.gov.uk Initial 1:1 engagement will take place during January to March 2020, with further sessions to be communicated to those suppliers who have registered. In developing a lot structure, CCS will consider a variety of contracting vehicles in order to: 1. Deliver lean sourcing procurement approach; 2. Deliver market resilience and contingency measures; 3. Deliver sustainable and environmentally beneficial solutions; 4. Adhere to legislation, regulation and best practice methodologies; 5. Incorporating Social Value principles and realisation of the associated benefits; and 6. Delivering greater value for customers.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c9813711-c28d-4dc0-91d9-3b13eb792a75
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/936c9e6a-42a9-4baf-86fe-33eb212c89ff
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

79410000 - Business and management consultancy services

90000000 - Sewage, refuse, cleaning and environmental services

Notice Value(s)

Tender Value
£4,000,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Feb 20206 years ago
Submission Deadline
Not specified
Future Notice Date
29 Apr 2021Expired
Award Date
Not specified
Contract Period
31 May 2021 - 30 Jun 2024 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-c9813711-c28d-4dc0-91d9-3b13eb792a75-2020-02-07T11:01:26Z",
    "date": "2020-02-07T11:01:26Z",
    "ocid": "ocds-b5fd17-c9813711-c28d-4dc0-91d9-3b13eb792a75",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2021-04-01T00:00:00+01:00",
                        "endDate": "2024-03-31T23:59:59+01:00"
                    },
                    "description": "2021/2024",
                    "amount": {
                        "amount": 4000000000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/936c9e6a-42a9-4baf-86fe-33eb212c89ff",
                "datePublished": "2020-02-07T11:01:26Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "RM6150",
        "title": "Waste Services",
        "description": "Crown Commercial Services (CCS), the Authority, is putting into place a commercial agreement for use by UK public sector bodies and future successor organisations, which include Central Government Departments, Arms-Length Bodies and Agencies, NDPBs, Third Sector organisations, NHS and Local Authorities, including Primary Care. CCS aims to allow procuring departments the ability to enter into Call-Off contracts of various sizes and complexity. The initial positon, subject to engagement is that a full waste service provision may be broken down into multiple lots across geographical regions, for example: Lot 1 - Municipal Waste and associated services; Lot 2 - Clinical Waste and associated services; Lot 3 - Commercial (Office) Waste and associated services; Lot 4 - Classified Waste and associated services; Lot 5 - Washroom Services; Lot 6 - Ad-Hoc / On-Demand Waste and associated services; and Lot 7 - Waste Management and associated services. Additional information: The purpose of this PIN is to: 1. inform that CCS is to consider an exercise to set up a contracting vehicle as described above in II.1.4 Short Description; 2. gauge the market interest in this procurement for waste services 3. understand how best to contract with waste suppliers, including waste management suppliers, which operate in the UK waste sector; 3. identify suppliers who would like to participate in a suite of engagements CCS intends to undertake, including 1:1's and larger multi-supplier engagements. These engagements are intended to influence the strategy development and may include potential customers. Details are available here: https://ccs-agreements.cabinetoffice.gov.uk/node/7713 this website will be periodically updated with the latest information. To participate in the engagement process, or to register for regular comms/updates, please email: wasteservices@crowncommercial.gov.uk Initial 1:1 engagement will take place during January to March 2020, with further sessions to be communicated to those suppliers who have registered. In developing a lot structure, CCS will consider a variety of contracting vehicles in order to: 1. Deliver lean sourcing procurement approach; 2. Deliver market resilience and contingency measures; 3. Deliver sustainable and environmentally beneficial solutions; 4. Adhere to legislation, regulation and best practice methodologies; 5. Incorporating Social Value principles and realisation of the associated benefits; and 6. Delivering greater value for customers.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "79410000",
            "description": "Business and management consultancy services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "90000000",
                "description": "Sewage, refuse, cleaning and environmental services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 4000000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2021-04-30T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-06-01T00:00:00+01:00",
            "endDate": "2024-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L39PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "+44 3450103503"
            },
            "details": {
                "url": "https://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}