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

SLWP Recyclate Haulage, Processing and Sale

  • First published: 05 September 2023
  • Last modified: 05 September 2023
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03f9cb
Published by:
The Royal Borough of Kingston upon Thames
Authority ID:
AA36414
Publication date:
05 September 2023
Deadline date:
05 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The service provider is expected to collect Paper & Card from Villiers Road Waste Transfer Station in Kingston.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall, High Street

Kingston upon Thames

KT1 1EU

UK

Contact person: - Jack Wharton

Telephone: +44 2085475000

E-mail: jack.wharton@kingston.gov.uk

NUTS: UKI62

Internet address(es)

Main address: http://www.kingston.gov.uk

Address of the buyer profile: http://www.kingston.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/Index?advertId=23ec0890-ae20-ee11-8123-005056b64545


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/Index?advertId=23ec0890-ae20-ee11-8123-005056b64545


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

SLWP Recyclate Haulage, Processing and Sale

Reference number: DN666188

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The South London Waste Partnership (the Partnership) is made up of four London local authorities: the London Borough of Croydon (LBC), Royal Borough of Kingston (RBK), London Borough of Merton (LBM), and London Borough of Sutton (LBS).

The Partnership has appointed the RBK as lead authority for the purposes of procuring the services described in the Specification for the benefit of each local authority within the Partnership. RBK will therefore enter into a single Contract in respect of each Lot(s). An inter-authority arrangement between RBK and the Borough(s) receiving the relevant services will also be entered into.

For this procurement, the Service Provider is required to provide one or more of the following services; receipt and bulking of Contract Waste at a bulking or waste transfer station, collection of Contract Waste from a bulking or waste transfer facility, bulk haulage of Contract Waste, and Treatment of Contract Waste. Note: The Contractor will not be responsible for the collection of material from the kerbside.

For the services being procured under this contract, Contract Waste refers to the separately collected waste streams; Paper & Card, Container Mix (cans, glass and plastic) and Dry Mixed Recycling (DMR).

II.1.5) Estimated total value

Value excluding VAT: 8 699 768.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1.1

II.2.1) Title

Paper and Card - Collect from Villiers

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Paper & Card from Villiers Road Waste Transfer Station in Kingston.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 1.2

II.2.1) Title

Paper & Card - Collect from Garth

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Paper & Card from Garth Road Waste Transfer Station in Merton.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 1.3

II.2.1) Title

Paper & Card - Collect from Stubbs

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

II.2.4) Description of the procurement

The service provider is expected to collect Paper & Card from Stubbs Mead Waste Transfer Station in Croydon.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 1.4

II.2.1) Title

Paper & Card - Direct Delivery

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

UKI63

II.2.4) Description of the procurement

The service provider is expected to receive the direct delivery of Paper & Card.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 2.1

II.2.1) Title

Container Mix - Collect from Villiers

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Container Mix from Villiers Road Waste Transfer Station in Kingston.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 2.2

II.2.1) Title

Container Mix - Collect from Garth

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Container Mix from Garth Road Waste Transfer Station in Merton.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 2.3

II.2.1) Title

Container Mix - Collect from Stubbs

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

II.2.4) Description of the procurement

The service provider is expected to collect Container Mix from Stubbs Mead Waste Transfer Station in Croydon.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 2.4

II.2.1) Title

Container Mix - Direct Delivery

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

UKI63

II.2.4) Description of the procurement

The service provider is expected to receive the direct delivery of Container Mix.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 3.1

II.2.1) Title

Dry Mixed Recycling - Collect from Villiers

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Dry Mixed Recycling from Villiers Road Waste Transfer Station in Kingston.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 3.2

II.2.1) Title

Dry Mixed Recycling - Collect from Garth

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The service provider is expected to collect Dry Mixed Recycling from Garth Road Waste Transfer Station in Merton.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 3.3

II.2.1) Title

Dry Mixed Recycling - Collect from Stubbs

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

II.2.4) Description of the procurement

The service provider is expected to collect Dry Mixed Recycling from Stubbs Mead Waste Transfer Station in Croydon.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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

Lot No: 3.4

II.2.1) Title

Dry Mixed Recycling - Direct Delivery

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKI62

UKI63

II.2.4) Description of the procurement

The service provider is expected to receive the direct delivery of Dry Mixed Recycling.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  60%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Initial contract is for three years - with the option to extend for mutually agreed periods of up to a further four years.

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 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

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 05/10/2023

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall

Kingston upon Thames

KT1 1EU

UK

Telephone: +44 2085475000

E-mail: commissioning@kingston.gov.uk

VI.4.2) Body responsible for mediation procedures

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the Public Contracts Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.

VI.5) Date of dispatch of this notice

04/09/2023

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

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:
jack.wharton@kingston.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.