Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO1 2AL
Contact
Procurement Service
procurement.procurementservice@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
Region code
UKJ31 - Portsmouth
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
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
Waste Collection Services for Portsmouth International Port
two.1.2) Main CPV code
- 90511000 - Refuse collection services
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port').
The following waste streams require collection:
CORE WASTE STREAM REQUIREMENTS:
- General waste - non recyclable
- General waste - recyclable
- Food waste
- Cat 1 international food waste
- Plastic waste
- Paper and cardboard
- Glass
- Metal (Ferrous and non-ferrous)
- Wood waste
Non-Core WASTE STREAM REQUIREMENTS:
- Cooking oil on pallets and in IBCs
- Grease trap
- Gas bottles
- Incinerator ash
- Hazardous waste such as oily rags, paint tins etc.
- Medical Waste
- Lampsafe
- WEEE waste
- Scrubber waste
The services required relate to the handling of waste generated directly at the port and waste collection requirements of visiting visiting vessels such as cruise vessels. Waste collection services will also be required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels.
See section V.I.3 for information on waste collection frequencies and service levels as well as other background information in respect of the operations of the port.
The Council is aiming to award the contract on 24th July for contract start on 1st November 2023. The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Suppliers may submit tenders in respect of one or both of two Lot options, being:
- Lot 1 - Core Waste Stream Requirements
- Lot 2 - Core & Non-Core Waste Stream Requirements
The estimated value of the contact in respect of each Lot option may range from approximately:
- Lot 1 - £75,000 - £100,000 per annum
- Lot 2 - £100,000 - £150,000 per annum
The actual value of the contract is variable and will be driven by trade levels at the port which will determine the volume of waste which will require collection, therefore the values stated above are non-binding.
The Council may at its sole discretion decide which lot to award from, however it is the Council's preference to award from lot 2 subject to confidence in delivery and affordability.
Irrespective of which lot is be awarded from, the Council reserves the right to add / remove types of waste streams and amend volumes of waste to the contract throughout the contract term in order to meet any changes in operational requirements.
Suppliers may bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor will maintain overall responsibility for delivery of all contract requirements.
The procurement process will be in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).
The procurement timetable is shown below:
Contract notice published 11th April 2023
Documents available on In-tend 11th April 2023
Port Site Visit (Compulsory) 27th April 2023 @ 14:00
Clarifications Deadline 5th May 2023 17:00
Tender return deadline 19th May 2023 12:00
Award decision notified to tenderers 10th July 2023
Standstill period 11th July - 20th July 2023
Contract award 24th July 2023
Mobilisation 24th July - 31st October 2023
Start of contract 1st November 2023
Application is via submission of completed tender by 19th May 2023 12:00 via the Council's e-sourcing system InTend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.
The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
See section II.1.4 above.
two.2) Description
two.2.1) Title
Lot 1 - Core Waste Stream Requirements
Lot No
1
two.2.2) Additional CPV code(s)
- 03416000 - Wood waste
- 19600000 - Leather, textile, rubber and plastic waste
- 90511100 - Urban solid-refuse collection services
- 90511400 - Paper collecting services
- 90513200 - Urban solid-refuse disposal services
- 90513300 - Refuse incineration services
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Portsmouth International Port and The Camber, Old Portsmouth.
two.2.4) Description of the procurement
Delivery of all Core Waste Stream Requirements, being:
• General waste - non recyclable
• General waste - recyclable
• Food waste
• Cat 1 international food waste
• Paper and cardboard
• Plastic waste.
• Glass
• Metal (ferrous and non-ferrous)
• Wood waste
See II.1.4 for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
two.2) Description
two.2.1) Title
Lot 2 - Core & Non-Core Waste Stream Requirements
Lot No
2
two.2.2) Additional CPV code(s)
- 03416000 - Wood waste
- 19600000 - Leather, textile, rubber and plastic waste
- 90511100 - Urban solid-refuse collection services
- 90511400 - Paper collecting services
- 90513200 - Urban solid-refuse disposal services
- 90513300 - Refuse incineration services
- 90513400 - Ash disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
- 90524000 - Medical waste services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Portsmouth International Port and The Camber, Old Portsmouth.
two.2.4) Description of the procurement
Delivery of all Core Waste Stream Requirements, being:
• General waste - non recyclable
• General waste - recyclable
• Food waste
• Cat 1 international food waste
• Paper and cardboard
• Plastic waste.
• Glass
• Metal (ferrous and non-ferrous)
• Wood waste
AND
Delivery of all Non-Core Waste Streams Requirements, being: :
• Cooking oil on pallets and in IBCs
• Grease trap
• Gas bottles
• Incinerator ash
• Hazardous waste such as oily rags, paint tins etc.
• Medical Waste
• Lampsafe
• WEEE waste
• Scrubber waste
See section II.2.4 for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
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
Providers are required to hold a current waste carriers licence.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 May 2023
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 May 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If the contract is awarded and no extension options are taken up a further notice is likely to be published in March 2026. This will
be dependent on the nature of future requirements and the need for a new contract.
six.3) Additional information
COLLECTION TIMES
All collections are to take place so as not to disrupt the operation of Portsmouth Cruise and Ferry Port. Currently collections cannot be made between the hours of 0600 and 1000 hours and 1800 and 2400 hours. However, these hours may change over the life of the contract and will be dependent on operational need. Reasonable notice of change will be given to the Contractor.
Collection is to take place within 24 hours of the vessel's departure unless this departure falls on a weekend or bank holiday when collection will take place on the next working day following the vessel's departure or sooner if at all possible.
BACKGROUND INFORMATION
The Council is responsible for Portsmouth International Port, the equivalent of a department of the Council. It is the UK's most successful council owned port and is considered to be a major UK port, responsible for handling millions of customers and vital cargo across the globe. With easy access from the motorway and major shipping lanes the port is ideally placed for ferries, cruise and freight.
Within Portsmouth International Port, Portsmouth Cruise and Ferry Port has five berths serving both ferries and cruise ships, with regular sailings to France, Spain and the Channel Islands and both full turnaround and port of call cruise calls.
Portsmouth International Port also has responsibility for The Camber, Old Portsmouth. The Camber Quay is home to Portsmouth's inshore fishing fleet with some 20 to 30 vessels landing fresh fish and shellfish on a daily basis. In addition, The Camber has facilities for long and short stay of yachts and pleasure craft.
SOCIAL VALUE
Portsmouth International Port is committed to its social responsibility and as part of this commitment all environmental aspect of the organisation are being considered. Portsmouth International Port therefore require a contractor who is equally committed and who will help and advise Portsmouth International Port with regards to increased recycling opportunities and reduction in waste.
QUALITY STANDARDS
Portsmouth International Port currently hold the following quality standards; ISO45001, Occupational Health and Safety Management System and ISO14001, Environmental Management Systems. Portsmouth International Port therefore require a Contractor that will help to ensure that compliance is maintained and even improved upon.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WCA 2LL
Telephone
+44 2079476000
Country
United Kingdom