Opportunity

VIVID - Provision of Waste Management Services

  • VIVID

F02: Contract notice

Notice reference: 2021/S 000-021472

Published 31 August 2021, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

VIVID

Peninsular House, Wharf Road

Portsmouth

PO2 8HB

Contact

Mr Simon Newby

Email

Simon.Newby@vividhomes.co.uk

Telephone

+44 2392896819

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

http://www.vividhomes.co.uk

Buyer's address

http://www.vividhomes.co.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/Index?advertId=77469d9e-44de-eb11-810d-005056b64545

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/Index?advertId=77469d9e-44de-eb11-810d-005056b64545

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

VIVID - Provision of Waste Management Services

Reference number

DN554801

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 Provider shall be required to deliver a fully managed and cost-effective waste treatment, disposal and in certain instances collection services. The Provider shall ensure innovation is integrated into the service delivery and shall be committed to working in conjunction with VIVID to achieve its commitment to becoming more sustainable throughout its portfolio. The Provider shall maximise value for money at every opportunity with a high quality service that is reliable, fully compliant and environmentally sustainable.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Mixed General Waste

Lot No

1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The waste collected under Lot 1 is generated through our Property Services (PS) teams who refurbish the properties, located throughout the portfolio. The PS teams will enter into a property and carryout a refurbishment which is likely to consist of replacement or bathrooms, kitchens and any other repairs necessary, which will result in mixed waste being generated. Due to nature of the works required and restrictions on space, this Lot comprises a range of different materials which are generated through the various teams who all participate in refurbishing the properties.

The Mixed General Waste generated under this Lot mainly consists of the following materials, but not limited to;

Masonry to include bricks, rubble, roofing tiles and felt;

Ceramics from bathrooms and kitchens;

Wood items;

Plumbing items to include plastic and copper (or metal) piping and fittings?

Bath and sink taps;

Metals items to include radiators, boilers, water tanks and additional pipes and fittings etc.;

Plasterboard;

Carpet and flooring waste;

Empty paint cans;

UPVC windows and doors;

WEEE items;

Furniture;

Mattresses;

Textile materials to include clothing and shoes

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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

Green Waste

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The waste collected under Lot 2 is generated through our Grounds Maintenance teams located throughout the portfolio. Currently and due to restrictions on space, the Green Waste is loaded into vehicles and transported to the nearest MRF facility. However, under this Lot we are expecting Providers to put forward additional and workable solutions which will help reduce any travel required by the GM teams and provide a more efficient, effective and user-friendly service, which doesn’t include skips being placed at site.

The Green Waste generated under this mainly consists of the following materials, but not limited to;

Grass;

Leaves;

Bushes / hedges cuttings, weeds;

Twigs / small branches;

Small amounts of soil /turf.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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

Asbestos & Contaminated Items

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The waste collected under Lot 3 is generated through our Property Services (PS) teams who refurbish the properties, located throughout our portfolio. The PS teams will enter into a property and carryout any works and do occasionally come across small amounts of Grade B Asbestos (circa. 200-300kg per annum). When such incidents occur, there is likely to be some contaminated PPE that will also need to be safely disposed of. Currently, as and when any Asbestos is identified this is called in and collection is arranged on the same day by a licenced carrier and facility. The intention is to continue with such an arrangement under this Lot. Due to the nature of this material, a quick and responsive service is required and Bidders would need to detail this within the Method Statements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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

Ad-hoc Materials

Lot No

4

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Due to the nature of the works carried out by the various maintenance teams throughout Vivid Homes, from time to time a range of additional items do get collected and therefore need to be disposed of correctly.

These items generally consist of the following materials, but not limited to;

Gas bottles;

Air pressured cylinders;

Waste oils;

Petrol canisters / containers;

Car batteries;

WEEE;

Household dry cell batteries;

Paint tins;

Furniture;

Mattresses;

Textile materials to include clothing and shoes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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

Clinical Waste

Lot No

5

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The Clinical Waste generated under this mainly consists of hygiene waste generated from the two extra care schemes for elderly residential within two properties in the Aldershot. In addition, to the hygiene waste, there will also be PPE waste. The second Clinical Waste stream is syringe needles collected in sharps boxes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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: No

four.2) Administrative information

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

Date

4 October 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 October 2021

Local time

12:00pm


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

High Court

London

Country

United Kingdom