Construction Contract Leads
North East
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e51f |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | - |
North East
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e51f |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
NORTH TYNESIDE COUNCIL
Quadrant
NEWCASTLE-UPON-TYNE
NE270BY
Contact
Joanna Elliott
Joanna.elliott [at] northtyneside.gov.uk
Telephone
+44 1916434351
Country
United Kingdom
NUTS code
UKC22 - Tyneside
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
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
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Reuse Shop Scheme
Reference number
OPEN2025256
II.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
II.1.3) Type of contract
Services
II.1.4) Short description
A contractor is required to source, setup, and operate a high street reuse shop in North Tyneside. The shop will sell pre-loved items that have been diverted from the Household waste Recycling Centre (HWRC).
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
Main site or place of performance
North Tyneside
II.2.4) Description of the procurement
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per tender documents
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
20 March 2025
Local time
1:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom