Loading page content…
Loading page content…
Loading contract search results…
Loading contract details…
| Source: | Find a Tender Service (FTS) |
| Notice Type: | Tender notice |
| Buyer: | TUDOR PARK EDUCATION TRUST |
| Main Category: | Services |
| Procurement Method: | Below threshold - open competition |
| Tender Status: | Active |
| Estimated Value (ex. VAT): | £216,000 |
Pipeline status
Not addedContract imported automatically · AI writes the response
Application Deadline
6 May 2026
15 days left
Estimated Value
£216,000
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation →| Estimated Value (inc. VAT): |
| £216,000 |
| Release Date: | 21 April 2026 |
| Application Deadline: | 6 May 2026 |
| Contract Start Date: | 25 June 2026 (Estimated) |
| Contract End Date: | 25 June 2029 (Estimated) |
| Contract Duration: | 3.1 years |
| Award Criteria: | Award Criteria: Waste & Resource Management Services Client: Tudor Park Education Trust Project: Contract Award Methodology Evaluation Overview Tudor Park Education Trust will award this contract based on the Most Economically Advantageous Tender (MEAT). This approach ensures that quality, safety, and environmental impact are balanced against financial cost. The evaluation will be weighted as follows: ● Quality (Technical & Environmental): 40% ● Price (Commercial): 60% 1. Mandatory Requirements (Pass/Fail) Bidders must meet these criteria to proceed to the scoring phase: • Licensing: Valid Waste Carrier's License. • Certification: ISO 14001 (Environmental Management) or equivalent. • Sector Experience: Evidence of managing at least two education sector contracts of similar size/complexity. • Safeguarding: DBS clearance for all site-facing personnel. • Availability: Capability to provide year-round Saturday collections. 2. Quality & Technical Evaluation (40%) Bidders will be scored based on their responses in the Selection Questionnaire (SQ). The 40% Quality score is broken down into the following sub-criteria: Criteria Weighting Focus Areas Operational Reliability 25% Ability to meet the pre-08:30 weekday and pre-10:0 Saturday deadlines. Methodology for maintaining a 98% collection success rate and resolving issues within 5 hours. Safety & Safeguarding 10% Commitment to the "zero-harm" environment. Use of vehicles with 360-degree cameras and audible alarms. Adherence to strict site protocols (brakes engaged, bin stores locked). Data Transparency 5% Provision of granular, weigh-scale accurate data for every collection to support carbon footprint reporting and accurate invoicing Scoring Matrix (Quality) Score Classification Description 5 Excellent Comprehensive response; exceeds requirements; provides high added value. 4 Good Solid response; addresses all requirements with good evidence. 3 Satisfactory Meets requirements but lacks innovation or specific detail. 2 Poor Lacks detail or evidence in several key areas. 1 Unsatisfactory Minimal response; fails to address core requirements. 0 Non-Compliant No response provided or completely fails to meet the brief. 3. Price Evaluation (60% Weighting) The financial evaluation will be based on the Pricing Schedule Template. To ensure a fair comparison, the Trust will calculate a "Total Evaluated Price" based on: 1. Fixed Costs: Total annual rental of all containers. 2. Variable Costs: Total annual lift costs based on the frequencies in the Schedule of Services. 3. Ad-Hoc Allowance: A basket of common ad-hoc services (e.g., bin cleaning, overweight charges) Calculation Formula: The lowest total price will receive the full 60%. Other bidders will be scored using the following relative formula: Score = Lowest Price/Bidder price x 60% Interested parties should submit their bid using the attached Selection & Questionnaire document |
| Procurement ID (OCID): | ocds-h6vhtk-06872c |
| Notice Reference: | 036016-2026 |
Ready to bid on this contract?
BidWriter AI writes your tender response in minutes — import this contract in one click.
View Original Notice
Access the full notice on the official portal
Award Criteria: Waste & Resource Management Services Client: Tudor Park Education Trust Project: Contract Award Methodology Evaluation Overview Tudor Park Education Trust will award this contract based on the Most Economically Advantageous Tender (MEAT). This approach ensures that quality, safety, and environmental impact are balanced against financial cost. The evaluation will be weighted as follows: ● Quality (Technical & Environmental): 40% ● Price (Commercial): 60% 1. Mandatory Requirements (Pass/Fail) Bidders must meet these criteria to proceed to the scoring phase: • Licensing: Valid Waste Carrier's License. • Certification: ISO 14001 (Environmental Management) or equivalent. • Sector Experience: Evidence of managing at least two education sector contracts of similar size/complexity. • Safeguarding: DBS clearance for all site-facing personnel. • Availability: Capability to provide year-round Saturday collections. 2. Quality & Technical Evaluation (40%) Bidders will be scored based on their responses in the Selection Questionnaire (SQ). The 40% Quality score is broken down into the following sub-criteria: Criteria Weighting Focus Areas Operational Reliability 25% Ability to meet the pre-08:30 weekday and pre-10:0 Saturday deadlines. Methodology for maintaining a 98% collection success rate and resolving issues within 5 hours. Safety & Safeguarding 10% Commitment to the "zero-harm" environment. Use of vehicles with 360-degree cameras and audible alarms. Adherence to strict site protocols (brakes engaged, bin stores locked). Data Transparency 5% Provision of granular, weigh-scale accurate data for every collection to support carbon footprint reporting and accurate invoicing Scoring Matrix (Quality) Score Classification Description 5 Excellent Comprehensive response; exceeds requirements; provides high added value. 4 Good Solid response; addresses all requirements with good evidence. 3 Satisfactory Meets requirements but lacks innovation or specific detail. 2 Poor Lacks detail or evidence in several key areas. 1 Unsatisfactory Minimal response; fails to address core requirements. 0 Non-Compliant No response provided or completely fails to meet the brief. 3. Price Evaluation (60% Weighting) The financial evaluation will be based on the Pricing Schedule Template. To ensure a fair comparison, the Trust will calculate a "Total Evaluated Price" based on: 1. Fixed Costs: Total annual rental of all containers. 2. Variable Costs: Total annual lift costs based on the frequencies in the Schedule of Services. 3. Ad-Hoc Allowance: A basket of common ad-hoc services (e.g., bin cleaning, overweight charges) Calculation Formula: The lowest total price will receive the full 60%. Other bidders will be scored using the following relative formula: Score = Lowest Price/Bidder price x 60% Interested parties should submit their bid using the attached Selection & Questionnaire document
Waste & Resource Management Services 1. Executive Summary Tudor Park Education Trust (the "Trust") is seeking to appoint a single, proactive, and environmentally conscious service provider to manage waste collection across its multi-building school estate. 2. Strategic Objectives The successful Contractor will be expected to deliver on three key pillars: 1. Safety & Safeguarding: Maintaining a zero-harm environment with strict adherence to school-hour traffic restrictions and safeguarding protocols. 2. Data Transparency: Providing granular, weigh-scale accurate data for every collection to support the Trust's carbon footprint reporting and accurate invoicing. 3. Contract Term & Structure ● Initial Term: 3 Years (36 Months). ● Extension Options: 1 + 1 Year (subject to performance). ● Anticipated Start Date: 26th June 2026. ● Pricing Model: Fixed monthly management/rental fees with variable "pay-as-you-throw" lift rates. 4. Minimum Participation Requirements ● A valid Waste Carrier's License. ● ISO 14001 (Environmental Management) or equivalent. ● Experience in managing at least two contracts within the Education sector of a similar size and complexity. ● DBS clearance for all site-facing personnel. ● Saturday collections are a non-negotiable and must be available year round 5. Schedule of Services Core Collection Schedule: - The Contractor shall adhere to the following frequencies. All collections must occur before 8.30am on week days and 10am on a Saturday. Container Type No of containers Frequency Location(s) General Waste 1100L Euro 5 4 x Weekly(Mon/Wed/Fri/Sat) Main Bin Store General Waste 1100L Euro 2 2 x Weekly(Wed/Fri) Sports Hall Bin Store General Waste 1100L Euro 2 4 x Weekly(Mon/Wed/Fri/Sat) Sports Hall Bin Store Dry Mixed Recycling 1100L Euro 3 2 x Weekly (Wed/Fri) Main Bin Store Food Waste 240L Wheelie Bin 1 Weekly Friday Main Bin Store 6. Service Standards ● Any changes to the collection schedule must be with the prior agreement of both parties ● Any issues will have a resolution within 5 hours ● At least 98% of collections will be achieved as per the agreed collection schedule ● The supplier will endeavour to recover all issues within 48 hours where operationally possible 7. Seasonal Adjustments (School Holidays) Tudor Park Education Trust operates on a standard calendar: ● Suspension of Service: The Trust may suspend up to 60% of collections during the Summer Break (6 weeks) with 14 days' notice. ● Deep Clean Window: One "Deep Clean" of all external bins and bin stores shall be performed during the August hiatus. 8. Operational Standards ● Point of Collection: All bins must be returned to their designated "bin store" after emptying, with lids closed and brakes engaged and bin stores locked. ● Litter Clearance: Any waste spilled during the tipping process must be cleared immediately by the Contractor's crew. ● Key Card Access: Contractor will be provided with a key card for access to site, card to be kept secure at all times. ● Vehicle Safety: All vehicles should be fitted with 360-degree cameras and audible "turning" alarms due to high pedestrian density.
Document pack· 3 files