Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.iow.gov.uk
Address of the buyer profile: http://www.iow.gov.uk
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 Location (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 Authority required 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 included:
Collection of waste from all named Authority locations and the continuation of a robust recycling scheme will be required.
This included 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
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
300 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ34
II.2.4) Description of the procurement
The Authority required 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 included:
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
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
There is the option to extend the contract for a further period of up to two (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
The values set out in this notice are estimated for the initial term and any possible extension option(s).
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 000-002347
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
14/04/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
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
Coronation Road
Cressex, High Wycombe
HP12 3TZ
UK
NUTS: UKJ34
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
08/09/2023