Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 1

Status Active

Published 15th Mar 2024

Tender Details
Referenceocds-h6vhtk-044979
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen procedure
Value£7,200,000
More Tenders »

South East

Category Services

Type

No. of Lots 1

Status Active

Published 15th Mar 2024

Tender Details
Referenceocds-h6vhtk-044979
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen 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

Email

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)