Tender

Provision of a Waste Transfer Station

  • South Oxfordshire District Council

F02: Contract notice

Notice identifier: 2024/S 000-016556

Procurement identifier (OCID): ocds-h6vhtk-046b9a

Published 25 May 2024, 6:56am



Section one: Contracting authority

one.1) Name and addresses

South Oxfordshire District Council

Abbey House, Abbey Close

Abingdon

OX14 3JE

Contact

Mrs Angela Cox

Email

procurement@southandvale.gov.uk

Telephone

+44 7761329169

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Internet address(es)

Main address

http://www.southoxon.gov.uk

Buyer's address

http://www.southoxon.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert?advertId=4012bdfe-9519-ef11-812b-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=4012bdfe-9519-ef11-812b-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21

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

Provision of a Waste Transfer Station

Reference number

DN725553

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

a) South Oxfordshire District Council and Vale of White Horse District Council (the Councils) operate a shared household waste collection service. This is currently subject to a contractual arrangement with a company that lease a site that includes a waste transfer facility. This situation will change going forwards.

b) Through the shared collection contract, the Council’s currently provide separate kerbside collection of co-mingled dry recycling, food waste, garden waste and residual waste and are in the top 5 local authorities in the country for recycling performance.

c) The current waste transfer facilities are only used for ‘Dry Mixed Recyclate’ (DMR) which is the co-mingled recyclable waste stream. The non-recyclable (residual), garden waste and food waste all have existing in-district drop-off points and aren’t included in the contract being tendered.

d) The current transfer station is not secured for the long-term. Therefore, the Councils are seeking alternative transfer provision.

two.1.5) Estimated total value

Value excluding VAT: £3,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

a) The DMR is currently fully co-mingled, so includes all plastics (except for polystyrene, PVC, other hard plastics and plastic film), cans and tins, glass, cartons (including Tetrapaks) and paper and card. Small electricals, household batteries and textiles are also collected in smaller quantities using baskets under the body of the RCVs.

b) The average amount of DMR currently collected annually by both councils combined is 28,000 tonnes. This translates to twenty to twenty-five vehicle drops per day.

c) Whilst the population of the two districts continues to grow, measures in the Environment Act around Extending Producer Responsibilities and the Deposit Return Scheme means the expectation is that tonnages will remain at between 25,000 and 30,000 tonnes per annum.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The contract for a waste transfer station will be required, in some form, for the future

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 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

6 September 2024

Local time

5:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 September 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution (CEDR

London

Country

United Kingdom