- Scope of the procurement
- Lot 1.1. Paper and Card - Collect from Villiers
- Lot 1.2. Paper & Card - Collect from Garth
- Lot 1.3. Paper & Card - Collect from Stubbs
- Lot 1.4. Paper & Card - Direct Delivery
- Lot 2.1. Container Mix - Collect from Villiers
- Lot 2.2. Container Mix - Collect from Garth
- Lot 2.3. Container Mix - Collect from Stubbs
- Lot 2.4. Container Mix - Direct Delivery
- Lot 3.1. Dry Mixed Recycling - Collect from Villiers
- Lot 3.2. Dry Mixed Recycling - Collect from Garth
- Lot 3.3. Dry Mixed Recycling - Collect from Stubbs
- Lot 3.4. Dry Mixed Recycling - Direct Delivery
Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall, High Street
Kingston upon Thames
KT1 1EU
Contact
- Jack Wharton
Telephone
+44 2085475000
Country
United Kingdom
Region code
UKI62 - Croydon
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=23ec0890-ae20-ee11-8123-005056b64545
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/Advert/Index?advertId=23ec0890-ae20-ee11-8123-005056b64545
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
SLWP Recyclate Haulage, Processing and Sale
Reference number
DN666188
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 South London Waste Partnership (the Partnership) is made up of four London local authorities: the London Borough of Croydon (LBC), Royal Borough of Kingston (RBK), London Borough of Merton (LBM), and London Borough of Sutton (LBS).
The Partnership has appointed the RBK as lead authority for the purposes of procuring the services described in the Specification for the benefit of each local authority within the Partnership. RBK will therefore enter into a single Contract in respect of each Lot(s). An inter-authority arrangement between RBK and the Borough(s) receiving the relevant services will also be entered into.
For this procurement, the Service Provider is required to provide one or more of the following services; receipt and bulking of Contract Waste at a bulking or waste transfer station, collection of Contract Waste from a bulking or waste transfer facility, bulk haulage of Contract Waste, and Treatment of Contract Waste. Note: The Contractor will not be responsible for the collection of material from the kerbside.
For the services being procured under this contract, Contract Waste refers to the separately collected waste streams; Paper & Card, Container Mix (cans, glass and plastic) and Dry Mixed Recycling (DMR).
two.1.5) Estimated total value
Value excluding VAT: £8,699,768
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Paper and Card - Collect from Villiers
Lot No
1.1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Paper & Card from Villiers Road Waste Transfer Station in Kingston.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Paper & Card - Collect from Garth
Lot No
1.2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Paper & Card from Garth Road Waste Transfer Station in Merton.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Paper & Card - Collect from Stubbs
Lot No
1.3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The service provider is expected to collect Paper & Card from Stubbs Mead Waste Transfer Station in Croydon.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Paper & Card - Direct Delivery
Lot No
1.4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to receive the direct delivery of Paper & Card.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Container Mix - Collect from Villiers
Lot No
2.1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Container Mix from Villiers Road Waste Transfer Station in Kingston.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Container Mix - Collect from Garth
Lot No
2.2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Container Mix from Garth Road Waste Transfer Station in Merton.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Container Mix - Collect from Stubbs
Lot No
2.3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The service provider is expected to collect Container Mix from Stubbs Mead Waste Transfer Station in Croydon.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Container Mix - Direct Delivery
Lot No
2.4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to receive the direct delivery of Container Mix.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Dry Mixed Recycling - Collect from Villiers
Lot No
3.1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Dry Mixed Recycling from Villiers Road Waste Transfer Station in Kingston.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Dry Mixed Recycling - Collect from Garth
Lot No
3.2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to collect Dry Mixed Recycling from Garth Road Waste Transfer Station in Merton.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Dry Mixed Recycling - Collect from Stubbs
Lot No
3.3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The service provider is expected to collect Dry Mixed Recycling from Stubbs Mead Waste Transfer Station in Croydon.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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) Description
two.2.1) Title
Dry Mixed Recycling - Direct Delivery
Lot No
3.4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The service provider is expected to receive the direct delivery of Dry Mixed Recycling.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
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
Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four 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
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 procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
5 October 2023
Local time
4:00pm
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: No
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kingston upon Thames
Guildhall
Kingston upon Thames
KT1 1EU
Telephone
+44 2085475000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
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.