Contract

Waste Collection Services for Portsmouth International Port

  • Portsmouth City Council

F03: Contract award notice

Notice identifier: 2023/S 000-024297

Procurement identifier (OCID): ocds-h6vhtk-03bde5

Published 18 August 2023, 11:05am



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

Contact

Procurement Service

Email

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