Opportunity

RBK Household Waste and Recycling Collection, Street Cleansing and Winter Gritting Services

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice reference: 2023/S 000-023852

Published 15 August 2023, 11:48am



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Contact

Ms Sara Walton

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com

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

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

RBK Household Waste and Recycling Collection, Street Cleansing and Winter Gritting Services

Reference number

DN673072

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 Royal Borough of Kingston is seeking bids for the provision of efficient and effective waste collection and recycling services and street cleansing services from April 2025.

The contract will include the following services:

● Collection of Household residual waste, food waste and dry recycling, garden waste and bulky waste

● Commercial waste and recycling Collection/Disposal

● Winter Gritting

● Street Cleansing services

● Communications and related customer services

● Container deliveries and maintenance

The proposed duration of the contract will be an initial term of eight (8) years

with the option to extend the contract for up to a maximum of eight (8) years.

It is our intention to run the procurement using the Competitive Dialogue process in line with Regulation 30 Public Contract Regulations 2015. Variants will not be accepted.

two.1.5) Estimated total value

Value excluding VAT: £128,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34140000 - Heavy-duty motor vehicles
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 90511000 - Refuse collection services
  • 90514000 - Refuse recycling services
  • 90610000 - Street-cleaning and sweeping services
  • 90620000 - Snow-clearing services
  • 90690000 - Graffiti removal services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

The Royal Borough of Kingston is seeking bids for the provision of efficient and effective waste collection and recycling services and street cleansing services from April 2025.

The contract will include the following services:

● Collection of Household residual waste, food waste and dry recycling, garden waste and bulky waste

● Commercial waste and recycling Collection/Disposal

● Winter Gritting

● Street Cleansing services

● Communications and related customer services

● Container deliveries and maintenance

It is our intention to discuss during dialogue solutions across the scope of the service requirements to identify efficiencies, service improvement opportunities, waste reduction and increased recycling that could be included in the final service delivery plans.

The proposed duration of the contract will be an initial term of eight (8) years

with the option to extend the contract for up to a maximum of eight (8) years.

The turnover requirement for this contract is £16,000,000 (being two times the annual

contract value). Applicants must also meet certain financial ratios, which are set out in more

detail in the guidance for completion of the Selection Questionnaire.

It is our intention to run the procurement using the Competitive Dialogue process in line with Regulation 30 Public Contract Regulations 2015. Variants will not be accepted.

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

charge at https://procontract.due-north.com/

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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 proposed duration of the contract will be an initial term of eight (8) years

with the option to extend the contract for up to a maximum of eight (8) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Once evaluation for the Standard Selection Questionnaire stage has been completed it is intended that the highest scoring three Qualified Applicants who have achieved passes for all the Pass/Fail questions and achieved a moderated score of 3 and above for Technical and Professional Ability scored Questions will be invited to participate in the Dialogue Stage.

Where the fourth or fifth placed Qualified Applicants achieve a score which is less than 10% lower than that of the third place Qualified Applicant, the fourth and fifth place Qualified Applicant (as the case may be) will also be invited to participate in the Dialogue Stage.

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

27 September 2023

Local time

12:00pm

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

English


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

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contracts Regulations 2015 the Council will

incorporate a minimum 10 calendar day standstill period at the point information on which

the contract award decision is communicated to tenderers.