Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 15th Mar 2024
Reference | ocds-h6vhtk-044979 |
Common Procurement Vocabulary | Refuse recycling services |
Procurement Method | Open procedure |
Value | £7,200,000 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 15th Mar 2024
Reference | ocds-h6vhtk-044979 |
Common Procurement Vocabulary | Refuse recycling services |
Procurement Method | Open procedure |
Value | £7,200,000 |
Section I: Contracting authority
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Ann Spence
ann.spence [at] buckinghamshire.gov.uk
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.supplybucksbusiness.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.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
Dry Mixed Recycling services
Reference number
DN710460
II.1.2) Main CPV code
- 90514000 - Refuse recycling services
II.1.3) Type of contract
Services
II.1.4) Short description
Buckinghamshire Council is seeking to source a suitably licensed Contractor to deliver the Service which is composed of the collection, transporting, and processing of Comingled DMR. The Council currently collect around 20,000 tonnes of co-mingled DMR at kerbside each year which is then stored at the Council’s Waste Transfer Station prior to being collected and transported to the licensed contractors MRF and resulting product being processed for subsequent sale. Currently; glass, cans, plastic, paper and card are collected in the same kerbside bin. This may change to segregated collections during the contract, subject to the announcement on the 'Simper Recycling' policy. The contract is required to start on 3rd September and will run for a fixed period of two years until 2nd September 2026. The Authority shall have the option at its sole discretion to extend the Term for a maximum of up to two additional periods. The first additional period shall be two years expiring on 2nd September 2028 and the second additional period shall be two years and five days expiring on 7th September 2030.
II.1.5) Estimated total value
Value excluding VAT: £7,200,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Buckinghamshire
II.2.4) Description of the procurement
Buckinghamshire Council is seeking to source a suitably licensed Contractor to deliver the Service which is composed of the collection, transporting, and processing of Comingled DMR. The Council currently collect around 20,000 tonnes of co-mingled DMR at kerbside each year which is then stored at the Council’s Waste Transfer Station prior to being collected and transported to the licensed contractors MRF and resulting product being processed for subsequent sale. Currently; glass, cans, plastic, paper and card are collected in the same kerbside bin. This may change to segregated collections during the contract, subject to the announcement on the 'Simper Recycling' policy. The contract is required to start on 3rd September and will run for a fixed period of two years until 2nd September 2026. The Authority shall have the option at its sole discretion to extend the Term for a maximum of up to two additional periods. The first additional period shall be two years expiring on 2nd September 2028 and the second additional period shall be two years and five days expiring on 7th September 2030.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £7,200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority shall have the option at its sole discretion to extend the Term for a maximum of up to two additional periods. The first additional period shall be two years expiring on 2nd September 2028 and the second additional period shall be two years and five days expiring on 7th September 2030.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The Authority shall have the option at its sole discretion to extend the Term for a maximum of up to two additional periods. The first additional period shall be two years expiring on 2nd September 2028 and the second additional period shall be two years and five days expiring on 7th September 2030.
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 estimated contract value given in II.1.5 and II.2.6 is based on an estimated value of £1.2m per annum for 6 years which equates to £7.2m.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
29 April 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
29 April 2024
Local time
12:00pm
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 High Court
The Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)