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 Notice

Commercial Recycling and Waste Collection and Disposal for Isle of Council Locations (re-issue)

  • First published: 26 January 2023
  • Last modified: 26 January 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-038787
Published by:
Isle of Wight Council
Authority ID:
AA21249
Publication date:
26 January 2023
Deadline date:
24 February 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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.4.1) Review body

The High Court

London

UK

VI.5) Date of dispatch of this notice

25/01/2023

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

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:
vanessa.squibb@iow.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.