Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Waste Collection Services for Portsmouth International Port

  • First published: 19 August 2023
  • Last modified: 19 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03bde5
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
19 August 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Delivery of all Core Waste Stream Requirements, being:

• General waste - non recyclable

• General waste - recyclable

• Food waste

• Cat 1 international food waste

• Paper and cardboard

• Plastic waste.

• Glass

• Metal (ferrous and non-ferrous)

• Wood waste

AND

Delivery of all Non-Core Waste Streams Requirements, being: :

• Cooking oil on pallets and in IBCs

• Grease trap

• Gas bottles

• Incinerator ash

• Hazardous waste such as oily rags, paint tins etc.

• Medical Waste

• Lampsafe

• WEEE waste

• Scrubber waste

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

UK

Contact person: Procurement Service

Telephone: +44 2392688235

E-mail: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Internet address(es)

Main address: https://www.portsmouth.gov.uk/ext/business/business.aspx

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Waste Collection Services for Portsmouth International Port

II.1.2) Main CPV code

90511000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Portsmouth City Council ('the council') invited tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port').

The following waste streams required collection:

CORE WASTE STREAM REQUIREMENTS:

- General waste - non recyclable

- General waste - recyclable

- Food waste

- Cat 1 international food waste

- Plastic waste

- Paper and cardboard

- Glass

- Metal (Ferrous and non-ferrous)

- Wood waste

Non-Core WASTE STREAM REQUIREMENTS:

- Cooking oil on pallets and in IBCs

- Grease trap

- Gas bottles

- Incinerator ash

- Hazardous waste such as oily rags, paint tins etc.

- Medical Waste

- Lampsafe

- WEEE waste

- Scrubber waste

The services required relate to the handling of waste generated directly at the port and waste collection requirements of visiting visiting vessels such as cruise vessels. Waste collection services were also required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels.

The initial contract term is for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.

Suppliers could bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor is required to maintain overall responsibility for delivery of all contract requirements.

Suppliers could submit tenders in respect of one or both of two Lot options, being:

- Lot 1 - Core Waste Stream Requirements

- Lot 2 - Core & Non-Core Waste Stream Requirements

The estimated value of the contact in respect of each Lot option could range from approximately:

- Lot 1 - £75,000 - £100,000 per annum

- Lot 2 - £100,000 - £150,000 per annum

The actual value of the contract is variable and will be driven by trade levels at the port which will determine the volume of waste which will require collection, therefore the values stated above are non-binding.

The Council had sole discretion decide which lot to award from, however it was the Council's preference to award from lot 2 subject to confidence in delivery and affordability.

The Council notified all bidders of award of the contract on 11th July to Biffa Waste Services Ltd under Lot 2 for contract start on 1st November 2023.

The Council reserves the right to add / remove types of waste streams and amend volumes of waste to the contract throughout the contract term in order to meet any changes in operational requirements.

The procurement process was run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 613 500.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

03416000

19600000

90511100

90511400

90513200

90513300

90513400

90513500

90514000

90524000

II.2.3) Place of performance

NUTS code:

UKJ31


Main site or place of performance:

Portsmouth International Port and The Camber, Old Portsmouth.

II.2.4) Description of the procurement

Delivery of all Core Waste Stream Requirements, being:

• General waste - non recyclable

• General waste - recyclable

• Food waste

• Cat 1 international food waste

• Paper and cardboard

• Plastic waste.

• Glass

• Metal (ferrous and non-ferrous)

• Wood waste

AND

Delivery of all Non-Core Waste Streams Requirements, being: :

• Cooking oil on pallets and in IBCs

• Grease trap

• Gas bottles

• Incinerator ash

• Hazardous waste such as oily rags, paint tins etc.

• Medical Waste

• Lampsafe

• WEEE waste

• Scrubber waste

II.2.5) Award criteria

Quality criterion: Operational Requirements / Weighting: 27%

Quality criterion: Management & Resourcing / Weighting: 20%

Quality criterion: Environmental / Weighting: 13%

Price / Weighting:  40%

II.2.11) Information about options

Options: Yes

Description of options:

The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-010407

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/07/2023

V.2.2) Information about tenders

Number of tenders received: 3

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

V.2.3) Name and address of the contractor

Biffa Waste Services Ltd

0946107

High Wycombe

UK

NUTS: UKJ1

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 613 500.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Contract was awarded for Lot 2 only.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WCA 2LL

UK

Telephone: +44 2079476000

VI.5) Date of dispatch of this notice

18/08/2023

Coding

Commodity categories

ID Title Parent category
90513400 Ash disposal services Non-hazardous refuse and waste treatment and disposal services
19600000 Leather, textile, rubber and plastic waste Leather and textile fabrics, plastic and rubber materials
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
90511400 Paper collecting services Refuse collection services
90511000 Refuse collection services Refuse disposal and treatment
90513300 Refuse incineration services Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services Refuse disposal and treatment
90513500 Treatment and disposal of foul liquids Non-hazardous refuse and waste treatment and disposal services
90511100 Urban solid-refuse collection services Refuse collection services
90513200 Urban solid-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
03416000 Wood waste Wood

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@portsmouthcc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.