Awarded contract

Receipt, bulking, haulage, and treatment of food waste and green garden waste

  • The Royal Borough of Kingston upon Thames

F03: Contract award notice

Notice reference: 2021/S 000-027398

Published 2 November 2021, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Contact

Mrs Andrea Keys

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

NUTS code

UKI6 - Outer London – South

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.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

Receipt, bulking, haulage, and treatment of food waste and green garden waste

Reference number

DN522535

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Kingston (RBK) sought to commission the required services on

behalf of the South London Waste Partnership (SLWP). 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. Contract Waste for this procurement specifically refers to the separately collected

waste streams for Green Waste and Food Waste. The SLWP will arrange for the collection of

Contract Waste at the kerbside under its existing collections contract and at the HRRC sites

under its existing HRRC contract.

The SLWP appointed 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.

The SLWP 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 minimum contract duration will be 4 years and 7 months, with the possibility of any

number or duration of extensions (at the discretion of the Authority) up to the Longstop date

of 31 March 2030.

The contracting authority reserved the right to award contracts combining the following lots

or groups of lots. The maximum number of lots that may be awarded is 5. A maximum of 5 lots may be awarded to either 1 single tenderer or up to 5 tenderers. The Authority reserves the right to award no Lot, any Lot, or any combination of Lots

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £16,000,000

two.2) Description

two.2.1) Title

Lot 1 Treatment Facility Direct Delivery - Food Waste Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for direct delivery, treatment and receipt of Food Waste. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation

procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2) Description

two.2.1) Title

Lot 2.1 Factory Lane - Green Waste collect, haul and treat

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Green Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2) Description

two.2.1) Title

Lot 2.2 Factory Lane - Food Waste collect, haul and treat

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Food Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2) Description

two.2.1) Title

Lot 3.1 Villiers Road - Green Waste collect, haul and treat

Lot No

3.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Green Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health &Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

two.2) Description

two.2.1) Title

3.2 Villiers Road - Food Waste collect, haul and treat

Lot No

3.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Food Waste collection, haulage and treatment. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Contract Waste Collect and Treat / Weighting: 12

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030.

Income will be received as a result of this contract award. The estimated value of that income is set out under V: Award of Contract.

two.2) Description

two.2.1) Title

Lot 4.1 Nominated Receipt Point - Receive and haul Green Waste to RG25 2RH

Lot No

4.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt and haulage of Green Waste. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation

procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 7.6

Quality criterion - Name: Waste Acceptance / Weighting: 10.8

Quality criterion - Name: Contract Waste Treatment / Weighting: 8

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 4.8

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030

two.2) Description

two.2.1) Title

Lot 4.2 Nominated Receipt Point - Receive and haul Food Waste to KT16 0EF

Lot No

4.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt and haulage of Food Waste. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation

procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 7.6

Quality criterion - Name: Waste Acceptance / Weighting: 10.8

Quality criterion - Name: Contract Waste Treatment / Weighting: 8

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 4.8

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030

two.2) Description

two.2.1) Title

Lot 5.1 Nominated Receipt Point - Receive, haul and treat Green Waste

Lot No

5.1

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt, haulage and treatment of Green Waste. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030

two.2) Description

two.2.1) Title

Lot 5.2 Nominated Receipt Point - Receive, haul and treat Food Waste

Lot No

5.2

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI6 - Outer London – South

two.2.4) Description of the procurement

Service for Receipt, haulage and treatment of Food Waste. For further information please see the Specification and procurement documents.

The contract for these services was commissioned using the competition with negotiation procedure under the Public Contract Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: Nominated Receipt Point / Weighting: 4

Quality criterion - Name: Waste Acceptance / Weighting: 8

Quality criterion - Name: Contract Waste Treatment / Weighting: 16

Quality criterion - Name: Reporting / Weighting: 2

Quality criterion - Name: Health & Safety and Environment / Weighting: 3.2

Quality criterion - Name: Social Value and Innovation / Weighting: 4.8

Quality criterion - Name: Business Continuity / Weighting: 2

Price - Weighting: 60

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.2.14) Additional information

The minimum contract duration will be 4 years and 7 months, with the possibility of any number or duration of extensions (at the discretion of the Authority) up to the Longstop date of 31 March 2030


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2021/S 000-002940


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 Treatment Facility Direct Delivery - Food Waste Only

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 September 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bio Collectors Ltd

10 Osier Way

Mitcham, Surrey

CR4 4NF

Email

paul.gurr@biocollectors.com

Telephone

+44 3339009333

Country

United Kingdom

NUTS code
  • UKI6 - Outer London – South
National registration number

07043206

Internet address

www.biocollectors.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £168,729


Section five. Award of contract

Contract No

2.1

Lot No

2.1

Title

Lot 2.1 Factory Lane - Green Waste collect, haul and treat

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

2.2

Lot No

2.2

Title

Lot 2.2 Factory Lane - Food Waste collect, haul and treat

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

3.1

Lot No

3.1

Title

Lot 3.1 Villiers Road - Green Waste collect, haul and treat

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 September 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Countrystyle Recycling Ltd

Ridham Dock Ridham Dock Road, Iwade

Sittingbourne Kent

ME9 8SR

Email

daniel.boddington@countrystylerecycling.co.uk

Telephone

+44 3448807700

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
National registration number

05103813

Internet address

www.countrystylerecycling.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,803,805


Section five. Award of contract

Contract No

3.2

Lot No

3.2

Title

3.2 Villiers Road - Food Waste collect, haul and treat

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 September 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Olleco

Battlefield Road

Shrewsbury, Shropshire

SY1 4AH

Email

nationalsalessupport@olleco.co.uk

Telephone

+44 1604386875

Country

United Kingdom

NUTS code
  • UKG2 - Shropshire and Staffordshire
National registration number

05878742

Internet address

www.olleco.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £536,026


Section five. Award of contract

Contract No

4.1

Lot No

4.1

Title

Lot 4.1 Nominated Receipt Point - Receive and haul Green Waste to RG25 2RH

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

4.2

Lot No

4.2

Title

Lot 4.2 Nominated Receipt Point - Receive and haul Food Waste to KT16 0EF

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

5.1

Lot No

5.1

Title

Lot 5.1 Nominated Receipt Point - Receive, haul and treat Green Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 September 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SUEZ Recycling and Recover UK Limited (SUEZ)

SUEZ House, Grenfell Road,

Maidenhead, Berks,

SL6 1ES

Email

alexander.williams@suez.com

Telephone

+44 7971147227

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

02291198

Internet address

www.suez.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £11,085,072


Section five. Award of contract

Contract No

5.2

Lot No

5.2

Title

Lot 5.2 Nominated Receipt Point - Receive, haul and treat Food Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 September 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SUEZ Recycling and Recover UK Limited (SUEZ)

SUEZ House, Grenfell Road,

Maidenhead, Berks,

SL6 1ES

Email

alexander.williams@suez.com

Telephone

+44 7971147227

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

02291198

Internet address

www.suez.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,990,041


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston Upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom

Internet address

http://www.kingston.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations 2015 the Council incorporated a minimum 10 calendar day standstill period at the point information on which the contract award decision was communicated to tenderers.