Buyer Name: The Council of the Borough of Kirklees
Buyer Address: The Town Hall, Ramsden Street, Huddersfield, UKE44, HD1 2TA, United Kingdom
Contact Email: procurement@kirklees.gov.uk
Buyer Name: The Council of the Borough of Kirklees
Buyer Address: The Town Hall, Ramsden Street, Huddersfield, UKE44, HD1 2TA, United Kingdom
Contact Email: procurement@kirklees.gov.uk
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.
No linked documents found for this notice.
External Link: https://uk.eu-supply.com/login.asp?B=YORTENDER
External Link: https://www.find-tender.service.gov.uk/Notice/081084-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
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.
Lot 1 Value: GBP 375,000
Lot 1 Value (Gross): GBP 450,000
Lot 1 Contract Start: 2026-07-01T00:00:00+01:00
Lot 1 Contract End: 2029-06-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (60%)
Lot 1 Award Criterion (quality): Quality Q1 - Service Delivery (20%)
Lot 1 Award Criterion (quality): Quality Q2 - After Sales Service and Support (10%)
Lot 1 Award Criterion (quality): Quality Q3 - Compliance and Transportation (10%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees"
},
"date": "2025-12-09T14:34:00Z",
"id": "081084-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05f1d8",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Huddersfield",
"postalCode": "HD1 2TA",
"region": "UKE44",
"streetAddress": "The Town Hall, Ramsden Street"
},
"contactPoint": {
"email": "procurement@kirklees.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.kirklees.gov.uk"
},
"id": "GB-PPON-PXHZ-9111-QHMJ",
"identifier": {
"id": "PXHZ-9111-QHMJ",
"scheme": "GB-PPON"
},
"name": "The Council of the Borough of Kirklees",
"roles": [
"buyer"
]
}
],
"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)."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-09T23:59:59Z"
},
"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"
},
"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\").\nThe 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.\nThe council may require addition bin collections on an ad-hoc basis and have the right to remove sites or bin collections if necessary.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://uk.eu-supply.com/login.asp?B=YORTENDER"
},
{
"documentType": "technicalSpecifications",
"id": "L-2",
"url": "https://uk.eu-supply.com/login.asp?B=YORTENDER"
},
{
"datePublished": "2025-12-09T14:34:00Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "081084-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/081084-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-12-19T13:00:00Z"
},
"id": "KMCFM-040 (A)",
"items": [
{
"additionalClassifications": [
{
"description": "Waste and rubbish containers and bins",
"id": "34928480",
"scheme": "CPV"
},
{
"description": "Containers for waste material",
"id": "44613800",
"scheme": "CPV"
},
{
"description": "Medical waste services",
"id": "90524000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"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",
"name": "Price",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "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",
"name": "Quality Q1 - Service Delivery",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"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",
"name": "Quality Q2 - After Sales Service and Support",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"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",
"name": "Quality Q3 - Compliance and Transportation",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"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\u0027 notice. The council also has the right to remove bin collections and sites where required."
},
"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."
},
"selectionCriteria": {
"criteria": [
{
"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": "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"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 375000,
"amountGross": 450000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "The Most Advantageous Tender (\"MAT\") will be identified by a two stage process:\nStage 1 - Tender Stage:\nStep 1 - Completeness and Compliance Checks:\nSubmitted 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.\nWhere 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.\nStep 2 - Excluded and Excludable Suppliers:\nThe 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.\nIn 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.\nWhere a Supplier is an excluded Supplier on either of the above grounds, no further evaluation of the tender submission will be undertaken.\nStep 3 - Assessment of Conditions of Participation:\nThe 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\u0027s minimum requirements. Tenderers who do not indicate that they meet the Council\u0027s minimum Conditions of Participation may be excluded from the process at this stage.\nStep 4 - Quality, Price Assessment:\nAll 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\u0027s Award Criteria will be based on 40% Quality and 60% Price.\nStep 5 - Identification of Preferred Supplier:\nThe 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.\nStep 6 - Notify Unsuccessful Suppliers:\nSuppliers 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).\nStage 2 - Preferred Supplier Stage:\nStep 1 - Preferred Supplier Due Diligence (1):\nAs 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.\nWhere 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.\nThe 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\u0027s 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.\nSubmission 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.\nStep 2 - Preferred Supplier Due Diligence (2):\nThe 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:\n(i) Telephone\n(ii) Email\n(iii) Meetings at Council premises/ via Microsoft Teams\n(iv) Visits to reference sites/ obtaining references from current customers\n(v) Meetings on site at Tenderer\u0027s premises\n(vi) Product demonstrations/ proof of concept."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://uk.eu-supply.com/login.asp?B=YORTENDER\nPlease 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"
},
"title": "Provision of Washroom Services",
"value": {
"amount": 375000,
"amountGross": 450000,
"currency": "GBP"
}
}
}