Opportunity

Receipt, bulking, haulage, and treatment of food waste and green garden waste

  • The Royal Borough of Kingston upon Thames
  • South London Waste Partnership
  • Croydon Council
  • London Borough of Merton
  • London Borough of Sutton

F02: Contract notice

Notice reference: 2021/S 000-002940

Published 12 February 2021, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

NUTS code

UKI6 - Outer London – South

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

one.1) Name and addresses

South London Waste Partnership

c/o Executive Support Office The Royal Borough of Kingston upon Thames, Guildhall 2, High Street

Kingston upon Thames

KT1 1EU

Contact

Andrea Keys

Email

contact@slwp.org.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.slwp.org.uk/contact-us/

one.1) Name and addresses

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

Contact

Andrea Keys

Email

contact@slwp.org.uk

Country

United Kingdom

NUTS code

UKI6 - Outer London – South

Internet address(es)

Main address

https://new.croydon.gov.uk/rubbish-and-recycling

one.1) Name and addresses

London Borough of Merton

Civic Centre, London Road

Morden

SM4 5DX

Contact

Andrea Keys

Email

contact@slwp.org.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

https://www.merton.gov.uk/contact-us

one.1) Name and addresses

London Borough of Sutton

St Nicholas Way

Sutton

SM1 1EA

Contact

Andrea Keys

Email

contact@slwp.org.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

https://www.sutton.gov.uk/info/200232/contact_us

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Receipt, bulking, haulage, and treatment of food waste and green garden waste

Reference number

DN522535

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Kingston (RBK) is seeking to commission the required services on behalf of the South London Waste Partnership (SLWP). For this procurement, the Service Provider is required to provide one or more of the following services: receipt and bulking of Contract Waste at a bulking or Waste Transfer Station; collection of Contract Waste from a bulking or waste transfer facility; bulk haulage of Contract Waste; and treatment of Contract Waste. Contract Waste for this procurement specifically refers to the separately collected waste streams for Green Waste and Food Waste. The SLWP will arrange for the collection of Contract Waste at the kerbside under its existing collections contract and at the HRRC sites under its existing HRRC contract.

The SLWP has appointed RBK as lead authority for the purposes of procuring the services described in the Specification for the benefit of each local authority within the Partnership. The SLWP is made up of four London local authorities: the London Borough of Croydon (LBC), Royal Borough of Kingston (RBK), London Borough of Merton (LBM), and London Borough of Sutton (LBS).

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030

two.1.5) Estimated total value

Value excluding VAT: £31,787,368

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The maximum number of lots that may be awarded is 5. A maximum of 5 lots may be awarded to either 1 single tenderer or up to 5 tenderers. The Authority reserves the right to award no Lot, any Lot, or any combination of Lots .

two.2) Description

two.2.1) Title

Lot 1 Treatment Facility Direct Delivery - Food Waste Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for direct delivery, treatment and receipt of Food Waste. For further

information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £94,792

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2.1 Factory Lane - Green Waste collect, haul and treat

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Green Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £6,148,265

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2.2 Factory Lane - Food Waste collect, haul and treat

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Food Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £2,670,397

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3.1 Villiers Road - Green Waste collect, haul and treat

Lot No

3.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Green Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health &Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,503,171

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

3.2 Villiers Road - Food Waste collect, haul and treat

Lot No

3.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Food Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £459,196

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4.1 Nominated Receipt Point - Receive and haul Green Waste to RG25 2RH

Lot No

4.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt and haulage of Green Waste. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 7.6

Quality criterion - Name: Waste Acceptance / Weighting: 10.8

Quality criterion - Name: Contract Waste Treatment / Weighting: 8

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 4.8

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,706,052

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4.2 Nominated Receipt Point - Receive and haul Food Waste to KT16 0EF

Lot No

4.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt and haulage of Food Waste. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 7.6

Quality criterion - Name: Waste Acceptance / Weighting: 10.8

Quality criterion - Name: Contract Waste Treatment / Weighting: 8

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 4.8

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,841,624

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5.1 Nominated Receipt Point - Receive, haul and treat Green Waste

Lot No

5.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt, haulage and treatment of Green Waste. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £8,034,236

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5.2 Nominated Receipt Point - Receive, haul and treat Food Waste

Lot No

5.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt, haulage and treatment of Food Waste. For further information please see the Specification and procurement documents.

The contract for these services will be commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,329,635

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

55

This contract is subject to renewal

Yes

Description of renewals

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The requirements are stated in SSQ, ITT and in the procurement documents.

The authority reserves its right to request an indemnity, bank bond or guarantee if the supplier does not meet the required standard for economic and financial standing.

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority reserves the right to terminate the process at any time prior to award of contract. The Authority does not bind itself to accept the lowest tender, or any tender received and reserves the right to call for new tenders should they consider this necessary.

The Authority shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.