Tender

Commercial Recycling and Waste Collection and Disposal Service for Isle of Wight Council Locations

  • Isle of Wight Council

F02: Contract notice

Notice identifier: 2022/S 000-033173

Procurement identifier (OCID): ocds-h6vhtk-038787

Published 23 November 2022, 10:40am



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Vanessa Squibb

Email

vanessa.squibb@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

Region code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

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

https://procontract.due-north.com/Advert?advertId=e6cb996a-826a-ed11-811b-9f38301b3091&p=08800155-5442-e511-80ed-000c29c9ba21

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