Tender

SLWP Recyclate Haulage, Processing and Sale

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice identifier: 2023/S 000-026083

Procurement identifier (OCID): ocds-h6vhtk-03f9cb

Published 4 September 2023, 3:13pm



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

Email

jack.wharton@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

Region code

UKI62 - Croydon

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

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

Email

commissioning@kingston.gov.uk

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.