Section I: Contracting authority
I.1)Name and addresses
Official name: Buckinghamshire Council
Postal address: Walton Street Offices
Town: Aylesbury
NUTS code: UKJ13 Buckinghamshire CC
Postal code: HP20 1UA
Country: United Kingdom
Contact person: Mr Rafael Lima
E-mail: rafael.lima@buckinghamshire.gov.uk
Telephone: +44 1296585248
Internet address(es):
Main address: https://www.buckinghamshire.gov.uk/
Address of the buyer profile: https://www.buckinghamshire.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:
Dry Recycling Services
Reference number: DN507977
II.1.2)Main CPV code
90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:
Buckinghamshire Council (the Authority) invites Tenders for the provision of dry recycling services, which include hauling, sorting and reprocessing of recyclables.
Briefly, the Authority operates a single stream kerbside dry recycling collection services in the Aylesbury Vale area only and is looking for a supplier to haul these recyclables from the Waste Transfer Station (WTS) to the supplier's Material Recovery Facility where it will be sorted for re-processing. The service required is fully outlined in the Specification (Annex 01). The WTS is located in Aylesbury and operated by the Authority.
The contract term is 3 years from 10 May 2021 to 9 May 2024 with the option to extend for up to a further 3 years to 9 May 2027.
Buckinghamshire Council is a unitary local authority created in April 2020 from the areas that were previously Buckinghamshire County Council and South Bucks, Chiltern, Wycombe and Aylesbury Vale District Councils. The provision of the Dry Recycling Services is seen by the Council as providing an essential public service to residents of the county and its visitors. Key priorities are given to improving the environment for our residents.
The Council is of the opinion that TUPE will not apply.
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKJ13 Buckinghamshire CC
II.2.4)Description of the procurement:
The Authority operates a single stream kerbside dry recycling collection services and is looking for a supplier to haul the recyclables from the Waste Transfer Station to the supplier's Material Recovery Facility where it will be sorted for re-processing. The service required is fully outlined in the Specification (Annex 01). The WTS is located in Aylesbury and operated by the Authority.
The Authority collects annually around 20 575 tonnes of dry recycling including glass, paper and cardboard, plastics, and metals. It expects the tonnage to increase year on year as the number of households within Aylesbury Vale increases, but does not guarantee any minima or maxima for the quantity of waste to be managed by the supplier each year.
Approximately 98 % of service users (residents) are provided with a wheeled bin for the storage and collection of recycling waste. The Authority instruct service users (residents) to:
(a) place recycling waste in the wheeled bin loose not bagged;
(b) wash and squash cartons, plastic and cans;
(c) flatten cardboard.
Service users with limited access or storage for wheeled bins are provided with single use clear plastic sacks for the storage and collection of recycling waste.
The Authority shall reserve the right to vary Schedule 1 of the T&Cs (the Specification) at any time during the Term to allow a Change (in accordance with the Change Control Procedure) to amend the services from a single stream recyclables collection to a multi-stream recyclables collection (‘the Collections Change’). This variation would be proposed and implemented by the Authority where process efficiencies, cost savings, environmentally friendly practices and/or general public benefits are identified and justified, or to comply with legislation. Any variation to the Charges for the Collections Change shall be implemented in accordance with Schedule 4 (Charges and Payment) of this agreement.
II.2.5)Award criteria
Quality criterion - Name: Service delivery / Weighting: 15
Quality criterion - Name: Monitoring and reporting / Weighting: 5
Quality criterion - Name: Health and safety / Weighting: 4
Quality criterion - Name: Quality and environment / Weighting: 4
Quality criterion - Name: Supplier personnel / Weighting: 3
Quality criterion - Name: Vehicles, plant, equipment and facilities / Weighting: 3
Quality criterion - Name: Communications / Weighting: 1
Quality criterion - Name: Service continuity / Weighting: 3
Quality criterion - Name: Mobilisation and exit management / Weighting: 2
Price - Weighting: 60
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
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 237-586942
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: DN507977
A contract/lot is awarded: no
V.1)Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Buckinghamshire Council
Postal address: Walton Street Offices
Town: Aylesbury
Postal code: HP20 1UA
Country: United Kingdom
E-mail: rafael.lima@buckinghamshire.gov.uk
Telephone: +44 1296585248
VI.5)Date of dispatch of this notice:
14/04/2021