Tender

SPS2501 - INVITATION TO TENDER FOR THE GREENWICH PENINSULA WASTE TRANFER CENTRE COMPACTOR COLLECTION

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2021/S 000-023581

Procurement identifier (OCID): ocds-h6vhtk-02e390

Published 22 September 2021, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Contact

Mr Andrew Clark

Email

andrew.clark@royalgreenwich.gov.uk

Telephone

+44 2089214334

Country

United Kingdom

NUTS code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

one.3) Communication

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

https://royalgreenwich.proactishosting.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://royalgreenwich.proactishosting.com/

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

SPS2501 - INVITATION TO TENDER FOR THE GREENWICH PENINSULA WASTE TRANFER CENTRE COMPACTOR COLLECTION

Reference number

DN570911

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Invitation to tender for the collection of Mixed dry recycling and general waste from Waste Transfer Centre in Greenwich Peninsula

two.1.5) Estimated total value

Value excluding VAT: £260,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

Royal Borough Greenwich (The Council) requires a Service Provider to collect, transport, empty and return compactors containing residentially derived general waste and mixed dry recycling from and to the Waste Transfer Centre (WTC), 20 Millenium Way, London SE10 0BF, off Boord Street.

This is a statutory service of the Council and in carrying out this Service, the Council requires the Service Provider to:

• Deliver the Service in the most cost-effective manner

• Work in the spirit of partnership with the Council

• Provide a high-quality Service that is financially and environmentally sustainable

• Comply with all applicable legislation

The Contract period will to be for 3 years plus an option to extend for a further 2 years.

The terms and conditions of contract that have been published alongside this

notice in the Invitation to tender (ITT) pack are subject to change. The evaluation criteria will be based on the Most economically

advantageous tender (MEAT).

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: £260,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will be for a 3 year period with the option to extend for a further 2 years

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.2.14) Additional information

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

documents.

This procurement will be managed electronically via the RBG Proactis Procontract etendering

suite. To participate in the procurement, participants shall first be registered on

the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be

done online at https://royalgreenwich.proactishosting.com/ by following the link

https://procontract.duenorth.com/register.

Please note that, to register, bidders must have a valid DUNS number (as provided by Dun

and Bradstreet) for the organisation which you are registering, who will be entering into a

contract if invited to do so. Note: registration may take some time please ensure that you

allow a sufficient amount of time to register. Full instructions can be found at

https://supplierhelp.due-north.com/

Once you have registered on the e-Tendering Suite, a registered user can express an interest

for a specific procurement. This is done by looking at the opportunities sections. The

registered user will receive a notification email to alert them once this has been done.

As a user of the e-Tendering Suite you will have access to proactis e-portal email messaging

service which facilitates all messages sent to you and from you in relation to any specific RFX

event. Please note, it is your responsibility to access these emails on a regular basis to

ensure you have sight of all relevant information applicable to this opportunity. For technical

assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone:

03450103503


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

Details are in the procurement documents (ITT pack).

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Details are in the procurement documents (ITT pack).

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

22 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

22 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

1 Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

1 Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

SW1A 2AS

Country

United Kingdom