Section one: Contracting authority
one.1) Name and addresses
Milton Keynes Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
contracts@milton-keynes.gov.uk
Telephone
+44 1908691691
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Buyer's address
https://www.milton-keynes.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Food and Garden Waste Treatment
Reference number
2021-183
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 contract involves the transfer, treatment, recovery of any outputs and disposal of any residues/rejects from the treatment of Food and Garden Waste resulting from the weekly kerbside collection service deposited by the Council’s waste collection contractors. The Service Provider under this contract will arrange for regular collections of the Council’s Food and Garden Waste and deliver to their own Waste Treatment Facility for treatment through a biological process to produce a compost, digestate or compost like output. The Council proposes to enter into Contract for an initial period of three years with the successful tenderer (Service Provider) with an extension provision of up to another three years (with 12 months intervals).
two.1.5) Estimated total value
Value excluding VAT: £7,800,000
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
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
The Contractor is required to transfer, treat, recover any outputs and dispose of any residues / rejects from the treatment of food and garden waste collected as part of the weekly kerbside collection service specifically: Monitor and manage the stock levels of Authority Materials at the Authority Waste Transfer Station; Arrange regular collections of Authority Materials from the Authority Waste Transfer Station in Old Wolverton, Milton Keynes; Deliver Authority Materials to a Waste Treatment Facility; Manage the storage, any pre-treatment, treatment, and post treatment of all Authority Materials at the Waste Treatment Facility; and Be responsible for the recovery of all process outputs and disposal of all process rejects and/or residues. For the avoidance of doubt this shall include the procurement of the end markets and onward haulage. The Contractor will be responsible for obtaining and maintaining all necessary planning permissions, environmental permits, and consents for the Waste Treatment Facility. The Contractor shall ensure that all Waste Treatment Facilities and Plant used in the delivery of this Service are always maintained and in good serviceable repair. Ownership of the Authority Materials will transfer to the Contractor once the Contractor has collected the Authority Materials from the Authority Waste Transfer Station
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £7,800,000
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
Provision of extension of up to another three years (with 12 months intervals).
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 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
As stated in tender documents
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
As stated in tender documents
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
Originally published as:
Date
29 September 2022
Local time
12:00pm
Changed to:
Date
7 October 2022
Local time
12:00pm
See the change notice.
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
29 September 2022
Local time
12:00pm
Place
Milton Keynes
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
six.4) Procedures for review
six.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.