Awarded contract

Dry Recycling Services

  • Buckinghamshire Council

F03: Contract award notice

Notice reference: 2021/S 000-007806

Published 14 April 2021, 12:46pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mr Rafael Lima

Email

rafael.lima@buckinghamshire.gov.uk

Telephone

+44 1296585248

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.buckinghamshire.gov.uk/

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

Dry Recycling Services

Reference number

DN507977

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council (the Authority) invites Tenders for the provision of dry recycling services, which include hauling, sorting and reprocessing of recyclables.

Briefly, the Authority operates a single stream kerbside dry recycling collection services in the Aylesbury Vale area only and is looking for a supplier to haul these recyclables from the Waste Transfer Station (WTS) to the supplier's Material Recovery Facility where it will be sorted for re-processing. The service required is fully outlined in the Specification (Annex 01). The WTS is located in Aylesbury and operated by the Authority.

The contract term is 3 years from 10 May 2021 to 9 May 2024 with the option to extend for up to a further 3 years to 9 May 2027.

Buckinghamshire Council is a unitary local authority created in April 2020 from the areas that were previously Buckinghamshire County Council and South Bucks, Chiltern, Wycombe and Aylesbury Vale District Councils. The provision of the Dry Recycling Services is seen by the Council as providing an essential public service to residents of the county and its visitors. Key priorities are given to improving the environment for our residents.

The Council is of the opinion that TUPE will not apply.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

The Authority operates a single stream kerbside dry recycling collection services and is looking for a supplier to haul the recyclables from the Waste Transfer Station to the supplier's Material Recovery Facility where it will be sorted for re-processing. The service required is fully outlined in the Specification (Annex 01). The WTS is located in Aylesbury and operated by the Authority.

The Authority collects annually around 20 575 tonnes of dry recycling including glass, paper and cardboard, plastics, and metals. It expects the tonnage to increase year on year as the number of households within Aylesbury Vale increases, but does not guarantee any minima or maxima for the quantity of waste to be managed by the supplier each year.

Approximately 98 % of service users (residents) are provided with a wheeled bin for the storage and collection of recycling waste. The Authority instruct service users (residents) to:

(a) place recycling waste in the wheeled bin loose not bagged;

(b) wash and squash cartons, plastic and cans;

(c) flatten cardboard.

Service users with limited access or storage for wheeled bins are provided with single use clear plastic sacks for the storage and collection of recycling waste.

The Authority shall reserve the right to vary Schedule 1 of the T&Cs (the Specification) at any time during the Term to allow a Change (in accordance with the Change Control Procedure) to amend the services from a single stream recyclables collection to a multi-stream recyclables collection (‘the Collections Change’). This variation would be proposed and implemented by the Authority where process efficiencies, cost savings, environmentally friendly practices and/or general public benefits are identified and justified, or to comply with legislation. Any variation to the Charges for the Collections Change shall be implemented in accordance with Schedule 4 (Charges and Payment) of this Agreement.

two.2.5) Award criteria

Quality criterion - Name: Service delivery / Weighting: 15

Quality criterion - Name: Monitoring and reporting / Weighting: 5

Quality criterion - Name: Health and Safety / Weighting: 4

Quality criterion - Name: Quality and environment / Weighting: 4

Quality criterion - Name: Supplier Personnel / Weighting: 3

Quality criterion - Name: Vehicles, Plant, Equipment and Facilities / Weighting: 3

Quality criterion - Name: Communications / Weighting: 1

Quality criterion - Name: Service Continuity / Weighting: 3

Quality criterion - Name: Mobilisation and Exit Management / Weighting: 2

Price - Weighting: 60

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 237-586942


Section five. Award of contract

Contract No

DN507977

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Email

rafael.lima@buckinghamshire.gov.uk

Telephone

+44 1296585248

Country

United Kingdom