Tender

Commercial Waste Collection, Disposal & Recycling Services

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-028458

Procurement identifier (OCID): ocds-h6vhtk-03bf46

Published 27 September 2023, 9:50am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UJ

Contact

Rebecca Downard

Email

Rebecca.Downard@hants.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.hants.gov.uk

Buyer's address

https://in-tendhost.co.uk/hampshire

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/hampshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/hampshire

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Commercial Waste Collection, Disposal & Recycling Services

Reference number

CC21081

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

Commercial Waste Collection namely reuse, recycling and disposal across agreed waste streams for the Core Authorities of Hampshire County Council, Hampshire and Isle of Wight Constabulary/Office of the Police & Crime Commissioner and Hampshire & Isle of Wight Fire & Rescue Authority.

Other Contracting Authorities including local authorities in and around Hampshire and IOW, Schools, Academies and colleges, and third sector entities may also use the Framework.

The estate consists of, but is not limited to, 730 plus buildings across numerous services within Hampshire County Council and the other named bodies.

There are numerous site types within the scope of this contract, including but not limited to:

- Country Parks

- Libraries

- Primary & Secondary Schools

- Residential Homes & Day Centres providing care services to adults & Children

- Outdoor Centres with residential accommodation, visitor areas, -eating areas, activity rooms, etc.

- Offices (including regional and main headquarters areas)

- Civic and Public Services

- Fire Stations

- Transport Depots

- Workshops

- Training Centres

- Storage Facilities

- Restricted access specialist facilities

Whilst the Framework Agreement does not guarantee any level of work to the Supplier, it is the Core Authorities' intention to place Call-off Contracts with the Supplier soon after the Supplier is appointed to the Framework Agreement. The Core Authorities' existing service provision is due to expire 4th July 2024.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90524300 - Removal services of biological waste

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Hampshire and Isle of Wight

two.2.4) Description of the procurement

Open Procedure

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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 000-010995

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 November 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 November 2023

Local time

2:01pm


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

High Court of England & Wales

London

Country

United Kingdom