Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
UK
Contact person: Mrs Vanessa Squibb
Telephone: +44 1983821000
E-mail: vanessa.squibb@iow.gov.uk
NUTS: UKJ34
Internet address(es)
Main address: http://www.iwight.com
Address of the buyer profile: http://www.iwight.com
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=daa3799d-c09c-ed11-811e-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21
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
Commercial Recycling and Waste Collection and Disposal for Isle of Council Locations (re-issue)
Reference number: DN651915
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.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, which may include Waste Upholstered Domestic Seating (WUDS) or mattresses containing Persistent Organic Pollutants (POPs). Necessary precautions apply.
- Food waste collection and disposal will only be for certain locations such as care homes, rather than standard office buildings where food-waste generation is minimal. Current requirements are show in Appendix 1 Locations.
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.
There are currently 26 locations. Appendix 1 Locations sets out the locations and current collection requirements. Locations include office buildings, care homes and libraries. There are currently 26 locations. (Appendix 1 Locations sets out the locations and current collection requirements). Locations include office buildings, care homes and libraries.
Site visits are encouraged prior to a Potential Supplier submitting a tender.
The term of the contract shall be 1st May 2023 until 30th April 2025 with the option to extend for up to a further 2 years at the sole discretion of the Authority.
Please note this is a re-issue of DN597348.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ34
II.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, which may include Waste Upholstered Domestic Seating (WUDS) or mattresses containing Persistent Organic Pollutants (POPs). Necessary precautions apply.
- Food waste collection and disposal will only be for certain locations such as care homes, rather than standard office buildings where food-waste generation is minimal. Current requirements are show in Appendix 1 Locations.
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.
There are currently 26 locations. Appendix 1 Locations sets out the locations and current collection requirements. Locations include office buildings, care homes and libraries. There are currently 26 locations. (Appendix 1 Locations sets out the locations and current collection requirements). Locations include office buildings, care homes and libraries.
Site visits are encouraged prior to a Potential Supplier submitting a tender.
The term of the contract shall be 1st May 2023 until 30th April 2025 with the option to extend for up to a further 2 years at the sole discretion of the Authority.
Please note this is a re-issue of DN597348.
II.2.5) Award criteria
Criteria below:
Quality criterion: Recycling & Residual Waste - Collection
/ Weighting: 10
Quality criterion: Recycling & Residual Waste - Disposal
/ Weighting: 10
Quality criterion: Recycling & Residual Waste - Storage at Authority locations
/ Weighting: 5
Quality criterion: Environmental Impacts
/ Weighting: 5
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Any values given are estimated over the whole contract term including the possible extension period.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 000-001814
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
24/02/2023
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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 DN651915.
The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s).
Please note this is a re-issue of DN597348.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
25/01/2023