Tender

Provision of Washroom Services

THE COUNCIL OF THE BOROUGH OF KIRKLEES

This public procurement record has 1 release in its history.

Tender

09 Dec 2025 at 14:34

Summary of the contracting process

The Council of the Borough of Kirklees is seeking tenders for the provision of washroom services, including the supply of sanitary bins, nappy bins, and sharps bins/containers. This procurement is open for tender with a submission deadline on 16th January 2026. The tender falls under the competitive flexible procedure and is categorised under services, specifically waste and rubbish containers and bins, containers for waste material, and medical waste services. The contract, valued at £375,000 with a gross potential of £450,000, is scheduled to commence on 1st July 2026 and end by 30th June 2029, with options for extension. Interested suppliers should demonstrate experience and capacity, and the procurement process follows The Most Advantageous Tender approach.

This tender creates significant opportunity for businesses specialising in waste management and washroom service provision to expand their market reach within the UK. SMEs and VCSEs particularly stand to benefit, given their suitability for the contract's requirements, which include additional ad-hoc services as needed. With a substantial focus on price (60%) and quality (40%), businesses excelling in cost-efficient and high-quality service delivery have competitive advantage. The contract provides room for scaling up operations due to the possibility of extending the contract beyond the initial term, making it an attractive proposition for growth-oriented enterprises.

How relevant is this notice?

Notice Information

Notice Title

Provision of Washroom Services

Notice Description

Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Provision of Washroom Services (the "Services"). The council is seeking a Service Provider capable of delivering the provision of Sanitary Bins, Nappy Bins, and Sharps Bins/Containers for Washroom Services. Additionally, the provider should be able to supply any other rental items required by the services at an agreed price upon request. The council may require addition bin collections on an ad-hoc basis and have the right to remove sites or bin collections if necessary.

Lot Information

Lot 1

Options: The Supplier will provide the Service in accordance with the Specification. Additional bins and collections may be required on an ad-hoc basis, and the Council may update the site locations giving the Supplier a minimum of 1 months' notice. The council also has the right to remove bin collections and sites where required.

Renewal: The Council may, by giving written notice to the Contractor prior to the last day of the Initial Contract Period, extend this Contract for two further periods of twelve months provided that the aggregate time that this Contract is extended for does not exceed twenty four Months beyond the Initial Contract Period.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f1d8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/081084-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34928480 - Waste and rubbish containers and bins

44613800 - Containers for waste material

90524000 - Medical waste services

Notice Value(s)

Tender Value
£375,000 £100K-£500K
Lots Value
£375,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Dec 20252 weeks ago
Submission Deadline
16 Jan 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE COUNCIL OF THE BOROUGH OF KIRKLEES
Contact Name
Not specified
Contact Email
procurement@kirklees.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2TA
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
Not specified

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

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-h6vhtk-05f1d8-2025-12-09T14:34:00Z",
    "date": "2025-12-09T14:34:00Z",
    "ocid": "ocds-h6vhtk-05f1d8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXHZ-9111-QHMJ",
            "name": "The Council of the Borough of Kirklees",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXHZ-9111-QHMJ"
            },
            "address": {
                "streetAddress": "The Town Hall, Ramsden Street",
                "locality": "Huddersfield",
                "postalCode": "HD1 2TA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE44"
            },
            "contactPoint": {
                "email": "procurement@kirklees.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXHZ-9111-QHMJ",
        "name": "The Council of the Borough of Kirklees"
    },
    "planning": {
        "noEngagementNoticeRationale": "A preliminary market engagement notice was published (2025/S 000-038335) followed by a Tender notice (2025/S 000-065030). However, the procurement was terminated (2025/S 000-071695)."
    },
    "tender": {
        "id": "KMCFM-040 (A)",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Washroom Services",
        "description": "Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Provision of Washroom Services (the \"Services\"). The council is seeking a Service Provider capable of delivering the provision of Sanitary Bins, Nappy Bins, and Sharps Bins/Containers for Washroom Services. Additionally, the provider should be able to supply any other rental items required by the services at an agreed price upon request. The council may require addition bin collections on an ad-hoc basis and have the right to remove sites or bin collections if necessary.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928480",
                        "description": "Waste and rubbish containers and bins"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44613800",
                        "description": "Containers for waste material"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90524000",
                        "description": "Medical waste services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 450000,
            "amount": 375000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Most Advantageous Tender (\"MAT\") will be identified by a two stage process: Stage 1 - Tender Stage: Step 1 - Completeness and Compliance Checks: Submitted Tenders will initially be checked for compliance with the instructions provided, including confirmation that the documents have been completed fully and correctly and have been signed as requested. Failure to correctly complete and sign all the relevant documentation may result in your Tender being treated as non-compliant and the Tender may be eliminated from the process at this stage and not considered further. Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken. Step 2 - Excluded and Excludable Suppliers: The Council will confirm that neither the Supplier or any connected persons, associated persons or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process. In addition, the Council will consider whether any Supplier or connected persons, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Supplier, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. If the Supplier is an excluded or excludable Supplier only by virtue of an associated or proposed sub-contractor, the Council will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the associated person or sub-contractor. Where a Supplier is an excluded Supplier on either of the above grounds, no further evaluation of the tender submission will be undertaken. Step 3 - Assessment of Conditions of Participation: The suitability of Suppliers will be assessed in accordance with the specified Conditions of Participation contained within the Procurement Specific Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Conditions of Participation may be excluded from the process at this stage. Step 4 - Quality, Price Assessment: All submitted Tenders which have not been rejected during the previous steps will be assessed to identify the Most Advantageous Tender. The Council will determine the Most Advantageous Tender by applying the Award Criteria which is more fully described in the Tender Documents. The basis of the Council's Award Criteria will be based on 40% Quality and 60% Price. Step 5 - Identification of Preferred Supplier: The final scores will be added together to produce a total score for each Tenderer which will determine ranking, and the Preferred Supplier will be identified. The Preferred Supplier will be the Supplier whose submission scored the highest at Stage 1 Step 4. Step 6 - Notify Unsuccessful Suppliers: Suppliers who were not selected as the Preferred Supplier will not continue in the procurement process. The Council may choose to notify Suppliers that they have been unsuccessful at this, or any, stage of the procurement process and provide them with an Assessment Summary (but does not bind itself to do so). Stage 2 - Preferred Supplier Stage: Step 1 - Preferred Supplier Due Diligence (1): As part of the due diligence process, the supplier information provided on the Central Digital Platform and/ or responses to the Procurement Specific Questionnaire of the Preferred Supplier will be verified, and any required certification and evidence will be requested. Where certain levels of insurance are required and Suppliers do not currently hold these, they will be required to provide evidence (for example, a quotation from an insurance provider) that they will be able to obtain the insurance, if awarded the contract. The Council reserves the right to use other sources of information alongside those provided as part of the Tender to determine the financial stability of the top scoring Tenderer, namely a financial assessment or credit check. If this suggests that there may be an issue with the Tenderer's financial standing, the Council will always follow this up with the top scoring Tenderer before coming to a final decision. Based on any additional information provided, the Council will then determine the financial strength of the organisation and may, where appropriate, require parent company guarantees and/or a financial bond to be provided at no additional cost to the Council. Submission of evidence will be required within 5 working days of the initial request. Any Supplier failing to provide the information requested within the timeframe, or information that does not satisfactorily evidence responses made, will be excluded from the process at this stage. Should this situation arise, the Council reserves the right to remove the quality and price scores achieved by the disqualified Tenderer from the evaluation process and commence verification proceedings with the Tenderer now ranked in first place. Step 2 - Preferred Supplier Due Diligence (2): The assessment panel reserve the right to undertake further due diligence with the Preferred Supplier in order to verify that their submission is compliant with the Specification. This could be undertaken in a variety of ways, including, but not limited to: (i) Telephone (ii) Email (iii) Meetings at Council premises/ via Microsoft Teams (iv) Visits to reference sites/ obtaining references from current customers (v) Meetings on site at Tenderer's premises (vi) Product demonstrations/ proof of concept."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/login.asp?B=YORTENDER Please note, no clarification questions will be reviewed or answered during the period of 20th December 2025 and 4th January 2026 due to the Christmas Holidays.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-16T13:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-19T13:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-09T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 450000,
                    "amount": 375000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Detailed information on Award Criteria is available in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Q1 - Service Delivery",
                            "description": "Detailed information on Award Criteria is available in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Q2 - After Sales Service and Support",
                            "description": "Detailed information on Award Criteria is available in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Q3 - Compliance and Transportation",
                            "description": "Detailed information on Award Criteria is available in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As stated in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
                        },
                        {
                            "type": "technical",
                            "description": "As stated in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may, by giving written notice to the Contractor prior to the last day of the Initial Contract Period, extend this Contract for two further periods of twelve months provided that the aggregate time that this Contract is extended for does not exceed twenty four Months beyond the Initial Contract Period."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Supplier will provide the Service in accordance with the Specification. Additional bins and collections may be required on an ad-hoc basis, and the Council may update the site locations giving the Supplier a minimum of 1 months' notice. The council also has the right to remove bin collections and sites where required."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://uk.eu-supply.com/login.asp?B=YORTENDER"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://uk.eu-supply.com/login.asp?B=YORTENDER"
            },
            {
                "id": "081084-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/081084-2025",
                "datePublished": "2025-12-09T14:34:00Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "The payment terms our outlined within the procurement documents and are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
        }
    },
    "language": "en"
}