Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Telephone
+44 2085475000
Country
United Kingdom
NUTS code
UKI6 - Outer London – South
Internet address(es)
Main address
Buyer's address
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
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
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
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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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.