Section one: Contracting authority
one.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
Contact
Mrs Vanessa Squibb
Telephone
+44 1983821000
Country
United Kingdom
Region code
UKJ34 - Isle of Wight
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Commercial Recycling and Waste Collection and Disposal Service for Isle of Wight Council Locations
Reference number
DN597348
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 Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Commercial Recycling and Waste Collection and Disposal for Isle of Council Locations.
This procurement follows the Open Tender Procedure under the Public Contract Regulations 2015.
The Authority requires the provision of Commercial Recycling and Waste Collection and Disposal services for office waste from all Authority locations; consisting of Offices, Libraries and Care Homes. Collections are predominately weekly, and details of the locations and frequency of collections are as shown in Appendix 1 Locations.
Our requirement includes:
Collection of waste from all named Authority locations and the continuation of a robust recycling scheme will be required.
This includes the following elements, but not be restricted to:
- 2-stream recycling collection and disposal service
• (stream-1 papers/card)
• (stream-2 metals, plastic and glass)
- General (Residual) waste collection and disposal
- Ad-hoc bulky and specialist waste collection
- Food waste collection and disposal. However, this will only be for certain locations such as care homes, rather than standard office buildings where food-waste generation is minimal. This element will not be required from the commencement of the contract however it is intended to be added during the life of this contract.
It should be noted that this Contract is not for the collection and disposal of waste in relation to WEEE (Waste Electrical and Electronic Equipment), confidential waste, clinical waste, dangerous or hazardous waste.
Site visits are encouraged prior to a Potential Supplier submitting a tender.
The term of the contract shall be 1st April 2023 until 31st March 2025 with the option to extend for up to a further 2 years at the sole discretion of the Authority.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
two.2.4) Description of the procurement
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Commercial Recycling and Waste Collection and Disposal for Isle of Council Locations.
This procurement follows the Open Tender Procedure under the Public Contract Regulations 2015.
The Authority requires the provision of Commercial Recycling and Waste Collection and Disposal services for office waste from all Authority locations; consisting of Offices, Libraries and Care Homes. Collections are predominately weekly, and details of the locations and frequency of collections are as shown in Appendix 1 Locations.
Our requirement includes:
Collection of waste from all named Authority locations and the continuation of a robust recycling scheme will be required.
This includes the following elements, but not be restricted to:
- 2-stream recycling collection and disposal service
• (stream-1 papers/card)
• (stream-2 metals, plastic and glass)
- General (Residual) waste collection and disposal
- Ad-hoc bulky and specialist waste collection
- Food waste collection and disposal. However, this will only be for certain locations such as care homes, rather than standard office buildings where food-waste generation is minimal. This element will not be required from the commencement of the contract however it is intended to be added during the life of this contract.
It should be noted that this Contract is not for the collection and disposal of waste in relation to WEEE (Waste Electrical and Electronic Equipment), confidential waste, clinical waste, dangerous or hazardous waste.
Site visits are encouraged prior to a Potential Supplier submitting a tender.
The term of the contract shall be 1st April 2023 until 31st March 2025 with the option to extend for up to a further 2 years at the sole discretion of the Authority.
two.2.5) Award criteria
Quality criterion - Name: Recycling & Residual Waste - Collection / Weighting: 10
Quality criterion - Name: Recycling & Residual Waste - Disposal / Weighting: 10
Quality criterion - Name: Recycling & Residual Waste - Storage at Authority locations / Weighting: 5
Quality criterion - Name: 4. Environmental Impacts / Weighting: 5
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
There is the option to extend for up to a further 2 years at the sole discretion of the Authority.
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
Any values given are estimated over the whole contract term including the possible extension period.
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.1.8) 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
3 January 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 January 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN597348.
The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s).
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom