Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Oxfordshire District Council
Abbey House, Abbey Close
Abingdon
OX14 3JE
UK
Contact person: Mrs Angela Cox
Telephone: +44 7761329169
E-mail: procurement@southandvale.gov.uk
NUTS: UKJ14
Internet address(es)
Main address: http://www.southoxon.gov.uk
Address of the buyer profile: http://www.southoxon.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=4012bdfe-9519-ef11-812b-005056b64545&p=08800155-5442-e511-80ed-000c29c9ba21
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=4012bdfe-9519-ef11-812b-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
Provision of a Waste Transfer Station
Reference number: DN725553
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
a) South Oxfordshire District Council and Vale of White Horse District Council (the Councils) operate a shared household waste collection service. This is currently subject to a contractual arrangement with a company that lease a site that includes a waste transfer facility. This situation will change going forwards.
b) Through the shared collection contract, the Council’s currently provide separate kerbside collection of co-mingled dry recycling, food waste, garden waste and residual waste and are in the top 5 local authorities in the country for recycling performance.
c) The current waste transfer facilities are only used for ‘Dry Mixed Recyclate’ (DMR) which is the co-mingled recyclable waste stream. The non-recyclable (residual), garden waste and food waste all have existing in-district drop-off points and aren’t included in the contract being tendered.
d) The current transfer station is not secured for the long-term. Therefore, the Councils are seeking alternative transfer provision.
II.1.5) Estimated total value
Value excluding VAT:
3 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKJ14
II.2.4) Description of the procurement
a) The DMR is currently fully co-mingled, so includes all plastics (except for polystyrene, PVC, other hard plastics and plastic film), cans and tins, glass, cartons (including Tetrapaks) and paper and card. Small electricals, household batteries and textiles are also collected in smaller quantities using baskets under the body of the RCVs.
b) The average amount of DMR currently collected annually by both councils combined is 28,000 tonnes. This translates to twenty to twenty-five vehicle drops per day.
c) Whilst the population of the two districts continues to grow, measures in the Environment Act around Extending Producer Responsibilities and the Deposit Return Scheme means the expectation is that tonnages will remain at between 25,000 and 30,000 tonnes per annum.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contract for a waste transfer station will be required, in some form, for the future
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:
No
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/09/2024
Local time: 17:00
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:
06/09/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Centre for Effective Dispute Resolution (CEDR
London
UK
VI.5) Date of dispatch of this notice
25/05/2024