Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
Region code
UKJ31 - Portsmouth
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
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
Waste Collection Services for Portsmouth International Port
two.1.2) Main CPV code
- 90511000 - Refuse collection services
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council ('the council') invited tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port').
The following waste streams required collection:
CORE WASTE STREAM REQUIREMENTS:
- General waste - non recyclable
- General waste - recyclable
- Food waste
- Cat 1 international food waste
- Plastic waste
- Paper and cardboard
- Glass
- Metal (Ferrous and non-ferrous)
- Wood waste
Non-Core WASTE STREAM REQUIREMENTS:
- Cooking oil on pallets and in IBCs
- Grease trap
- Gas bottles
- Incinerator ash
- Hazardous waste such as oily rags, paint tins etc.
- Medical Waste
- Lampsafe
- WEEE waste
- Scrubber waste
The services required relate to the handling of waste generated directly at the port and waste collection requirements of visiting visiting vessels such as cruise vessels. Waste collection services were also required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels.
The initial contract term is for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Suppliers could bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor is required to maintain overall responsibility for delivery of all contract requirements.
Suppliers could submit tenders in respect of one or both of two Lot options, being:
- Lot 1 - Core Waste Stream Requirements
- Lot 2 - Core & Non-Core Waste Stream Requirements
The estimated value of the contact in respect of each Lot option could range from approximately:
- Lot 1 - £75,000 - £100,000 per annum
- Lot 2 - £100,000 - £150,000 per annum
The actual value of the contract is variable and will be driven by trade levels at the port which will determine the volume of waste which will require collection, therefore the values stated above are non-binding.
The Council had sole discretion decide which lot to award from, however it was the Council's preference to award from lot 2 subject to confidence in delivery and affordability.
The Council notified all bidders of award of the contract on 11th July to Biffa Waste Services Ltd under Lot 2 for contract start on 1st November 2023.
The Council reserves the right to add / remove types of waste streams and amend volumes of waste to the contract throughout the contract term in order to meet any changes in operational requirements.
The procurement process was run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £613,500
two.2) Description
two.2.2) Additional CPV code(s)
- 03416000 - Wood waste
- 19600000 - Leather, textile, rubber and plastic waste
- 90511100 - Urban solid-refuse collection services
- 90511400 - Paper collecting services
- 90513200 - Urban solid-refuse disposal services
- 90513300 - Refuse incineration services
- 90513400 - Ash disposal services
- 90513500 - Treatment and disposal of foul liquids
- 90514000 - Refuse recycling services
- 90524000 - Medical waste services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Portsmouth International Port and The Camber, Old Portsmouth.
two.2.4) Description of the procurement
Delivery of all Core Waste Stream Requirements, being:
• General waste - non recyclable
• General waste - recyclable
• Food waste
• Cat 1 international food waste
• Paper and cardboard
• Plastic waste.
• Glass
• Metal (ferrous and non-ferrous)
• Wood waste
AND
Delivery of all Non-Core Waste Streams Requirements, being: :
• Cooking oil on pallets and in IBCs
• Grease trap
• Gas bottles
• Incinerator ash
• Hazardous waste such as oily rags, paint tins etc.
• Medical Waste
• Lampsafe
• WEEE waste
• Scrubber waste
two.2.5) Award criteria
Quality criterion - Name: Operational Requirements / Weighting: 27%
Quality criterion - Name: Management & Resourcing / Weighting: 20%
Quality criterion - Name: Environmental / Weighting: 13%
Price - Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-010407
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 July 2023
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services Ltd
High Wycombe
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House
0946107
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £750,000
Total value of the contract/lot: £613,500
Section six. Complementary information
six.3) Additional information
Contract was awarded for Lot 2 only.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WCA 2LL
Telephone
+44 2079476000
Country
United Kingdom