Section one: Contracting authority
one.1) Name and addresses
VIVID
Peninsular House, Wharf Road
Portsmouth
PO2 8HB
Contact
Mr Simon Newby
Telephone
+44 2392896819
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
Buyer's address
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