Tender

Non-Hazardous Bulky Waste Disposal Services

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

17 Mar 2021 at 16:08

Summary of the contracting process

Portsmouth City Council is currently seeking tenders for the "Non-Hazardous Bulky Waste Disposal Services" contract, which falls under the household-refuse disposal services category. This tender process is in the active stage, with a procurement method classified as open. Key dates include a tender return deadline set for 16th April 2021 at 14:00, with the contract anticipated to be awarded on 18th May 2021, and a start date of 7th June 2021. Bidders must ensure their disposal facilities are located within a 10-mile radius of Port Royal Street, Southsea, and comply with specific operational requirements.

This procurement presents significant opportunities for businesses specialising in waste management and recycling services. Companies capable of providing reliable disposal facilities for bulky waste, including the management of specific waste types like paint and gas canisters, are particularly well-suited to compete. With an estimated value of £100,000 per year, the contract offers potential for growth, especially for businesses with flexibility to scale operations based on demand, as well as the capability to provide a high standard of customer service and waste analysis reporting.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Non-Hazardous Bulky Waste Disposal Services

Notice Description

Portsmouth City Council ("the council") is inviting tenders from suitably licensed recycling facility operators for the provision of facilities and associated services for the disposal of non-hazardous household bulky waste. As part of the council's wider Housing, Neighbourhoods and Buildings (HNB) Service, the council's Estate Services are responsible for the upkeep of Housing land across the city and surrounding environs which includes for but is not limited to the social housing estates and Council owned land. These services include for the removal of bulky household waste which has been dumped on Housing land. Whilst Estate Services will always endeavour to locate the owner of the waste and instruct them to remove it often this cannot be achieved with the responsibility for the removal and disposal of the waste falling upon the service. In order to properly dispose of this waste the service requires access to a reliable disposal recycling facility that will accept delivery of the waste on a continuous regular year round basis. The amount of non-hazardous bulky waste that will require removal and disposal equates to approx. 500 tonnes. The service will transport the bulky waste to the facility provided by the supplier although the supplier may be required to provide a collection service for some waste types which may include for paint, oil and gas canisters. The facility must be within a 10 mile radius of the service's depot located at Port Royal Street, Southsea, PO5 4NP. The facility must maintain minimum opening hours of 08:00 - 17:00 Monday to Friday and 08:00 - 12:00 on Saturdays. The supplier must also be able to provide access to an alternative facility in the event that the main facility becomes unavailable. The estimated value of the contract is approx. PS100,000 per year based upon historical demand. However, the value of the contract is demand led and may be subject to significant spend increases or decreases to year by year spend on this basis. The contract will establish an agreed rate per tonne which will be used to calculate monthly payment values. On this basis no upper or lower constraints will be placed upon the overall lifetime value of the contract which may be varied significantly in accordance with the provisions set out within Regulation 72 1 a) of the Public Contracts Regulations (PCR) (2015). The contract will be let using the council's standard service terms. The council is targeting to have awarded the contract by Monday 17th May 2021 with a subsequent commencement date of 7th June 2021. The initial contract period will be for two years with possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties. In the event of termination during the initial contract term or extension period the council reserves the right to continue the contract with the second placed supplier at point of tender evaluation, subject to capacity and performance. If the second placed supplier is unable or unsuitable to undertake the services the Council may approach the third placed supplier and so forth. The Council will run the procurement process in accordance with the Open Procedure as set out within PCR (2015) to the following programme: * Issue Find a Tender Notice / Publish Tender Pack - 17.03.21 * Clarifications Deadline - 09.04.21, 23:59 * Tender Return Deadline - 16.04.21, 14:00 * Notification of Preferred Bidder - 04.05.21 * Standstill Period - 05.05.21 - 17.05.21 * Contract Award - 18.05.21 Tenders are to be submitted via the Council's e-sourcing solution InTend which will be used to administrate the procurement process and can be accessed at the following address: https://in-tendhost.co.uk/portsmouthcc/aspx/home

Lot Information

Lot 1

See Section II.1.4 above. The council has the following specific requirements which the successful supplier must be able to address as a minimum: - Charge for bulky Waste per tonne - but with a minimum charge of no more than 1/4 tonne. This is on the basis that the 3.5 tonne caged tippers rarely reach the half a tonne weight. - Provide a site within a 10 mile radius from the Estate Service Depot, located on Port Royal Street, Southsea, PO5 4NP. - Provide an outlet for specific items such as mattresses and fridges / freezers. - Provide a collection service for the disposal of paint, oil, and gas canisters. - Provide a customer portal for analysis of waste tipped including tonnage, costs, vehicle use. - Site opening times between 0800-1700 Monday to Friday, and 0800-1200 Saturday. - The site must have a focus on recycling waste and minimising the waste sent to landfill. - The supplier must be able to provide access to an alternative contingency site in the event the main site of operations becomes unavailable.

Options: The initial contract period will be for two years with the possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties. In the event of termination during the initial contract term or extension period the council reserves the right to continue the contract with the second placed supplier at point of tender evaluation, subject to capacity and performance. If the second placed supplier is unable or unsuitable to undertake the services the Council may approach the third placed supplier and so forth. The estimated value of the contract is approx. PS100,000 per year based upon historical demand. However, the value of the contract is demand led and may be subject to significant spend increases or decreases to year by year spend on this basis. The contract will establish an agreed rate per tonne which will be used to calculate monthly payment values. On this basis no upper or lower constraints will be placed upon the overall lifetime value of the contract which may be varied significantly in accordance with the provisions set out within Regulation 72 1 a) of the Public Contracts Regulations (PCR) (2015).

Renewal: The initial contract period will be for two years with the possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029cac
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005435-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90511200 - Household-refuse collection services

90512000 - Refuse transport services

90513100 - Household-refuse disposal services

90513500 - Treatment and disposal of foul liquids

90533000 - Waste-tip management services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20214 years ago
Submission Deadline
16 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
March 2023 if the options to extend the term of the contract are not taken up.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Procurement Service
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
+44 2392688235

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ31 Portsmouth, TLJ35 South Hampshire

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029cac-2021-03-17T16:08:34Z",
    "date": "2021-03-17T16:08:34Z",
    "ocid": "ocds-h6vhtk-029cac",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029cac",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Non-Hazardous Bulky Waste Disposal Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90513100",
            "description": "Household-refuse disposal services"
        },
        "mainProcurementCategory": "services",
        "description": "Portsmouth City Council (\"the council\") is inviting tenders from suitably licensed recycling facility operators for the provision of facilities and associated services for the disposal of non-hazardous household bulky waste. As part of the council's wider Housing, Neighbourhoods and Buildings (HNB) Service, the council's Estate Services are responsible for the upkeep of Housing land across the city and surrounding environs which includes for but is not limited to the social housing estates and Council owned land. These services include for the removal of bulky household waste which has been dumped on Housing land. Whilst Estate Services will always endeavour to locate the owner of the waste and instruct them to remove it often this cannot be achieved with the responsibility for the removal and disposal of the waste falling upon the service. In order to properly dispose of this waste the service requires access to a reliable disposal recycling facility that will accept delivery of the waste on a continuous regular year round basis. The amount of non-hazardous bulky waste that will require removal and disposal equates to approx. 500 tonnes. The service will transport the bulky waste to the facility provided by the supplier although the supplier may be required to provide a collection service for some waste types which may include for paint, oil and gas canisters. The facility must be within a 10 mile radius of the service's depot located at Port Royal Street, Southsea, PO5 4NP. The facility must maintain minimum opening hours of 08:00 - 17:00 Monday to Friday and 08:00 - 12:00 on Saturdays. The supplier must also be able to provide access to an alternative facility in the event that the main facility becomes unavailable. The estimated value of the contract is approx. PS100,000 per year based upon historical demand. However, the value of the contract is demand led and may be subject to significant spend increases or decreases to year by year spend on this basis. The contract will establish an agreed rate per tonne which will be used to calculate monthly payment values. On this basis no upper or lower constraints will be placed upon the overall lifetime value of the contract which may be varied significantly in accordance with the provisions set out within Regulation 72 1 a) of the Public Contracts Regulations (PCR) (2015). The contract will be let using the council's standard service terms. The council is targeting to have awarded the contract by Monday 17th May 2021 with a subsequent commencement date of 7th June 2021. The initial contract period will be for two years with possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties. In the event of termination during the initial contract term or extension period the council reserves the right to continue the contract with the second placed supplier at point of tender evaluation, subject to capacity and performance. If the second placed supplier is unable or unsuitable to undertake the services the Council may approach the third placed supplier and so forth. The Council will run the procurement process in accordance with the Open Procedure as set out within PCR (2015) to the following programme: * Issue Find a Tender Notice / Publish Tender Pack - 17.03.21 * Clarifications Deadline - 09.04.21, 23:59 * Tender Return Deadline - 16.04.21, 14:00 * Notification of Preferred Bidder - 04.05.21 * Standstill Period - 05.05.21 - 17.05.21 * Contract Award - 18.05.21 Tenders are to be submitted via the Council's e-sourcing solution InTend which will be used to administrate the procurement process and can be accessed at the following address: https://in-tendhost.co.uk/portsmouthcc/aspx/home",
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "See Section II.1.4 above. The council has the following specific requirements which the successful supplier must be able to address as a minimum: - Charge for bulky Waste per tonne - but with a minimum charge of no more than 1/4 tonne. This is on the basis that the 3.5 tonne caged tippers rarely reach the half a tonne weight. - Provide a site within a 10 mile radius from the Estate Service Depot, located on Port Royal Street, Southsea, PO5 4NP. - Provide an outlet for specific items such as mattresses and fridges / freezers. - Provide a collection service for the disposal of paint, oil, and gas canisters. - Provide a customer portal for analysis of waste tipped including tonnage, costs, vehicle use. - Site opening times between 0800-1700 Monday to Friday, and 0800-1200 Saturday. - The site must have a focus on recycling waste and minimising the waste sent to landfill. - The supplier must be able to provide access to an alternative contingency site in the event the main site of operations becomes unavailable.",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract period will be for two years with the possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract period will be for two years with the possibility of extending the term by a further three years to a maximum total term of five years in increments to be agreed, subject to the agreement and performance of both parties. In the event of termination during the initial contract term or extension period the council reserves the right to continue the contract with the second placed supplier at point of tender evaluation, subject to capacity and performance. If the second placed supplier is unable or unsuitable to undertake the services the Council may approach the third placed supplier and so forth. The estimated value of the contract is approx. PS100,000 per year based upon historical demand. However, the value of the contract is demand led and may be subject to significant spend increases or decreases to year by year spend on this basis. The contract will establish an agreed rate per tonne which will be used to calculate monthly payment values. On this basis no upper or lower constraints will be placed upon the overall lifetime value of the contract which may be varied significantly in accordance with the provisions set out within Regulation 72 1 a) of the Public Contracts Regulations (PCR) (2015)."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90511200",
                        "description": "Household-refuse collection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90512000",
                        "description": "Refuse transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513100",
                        "description": "Household-refuse disposal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90513500",
                        "description": "Treatment and disposal of foul liquids"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90533000",
                        "description": "Waste-tip management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31"
                    },
                    {
                        "region": "UKJ35"
                    }
                ],
                "deliveryLocation": {
                    "description": "The facility must be within a 10 mile radius of the service's depot located at Port Royal Street, Southsea, PO5 4NP. The facility must maintain minimum opening hours of 08:00 - 17:00 Monday to Friday and 08:00 - 12:00 on Saturdays. The supplier must also be able to provide access to an alternative facility in the event that the main facility becomes unavailable. The supplier may be required on occasion to provide waste collection services for specific types of waste which has been dumped on Housing land on occasion across the city and surrounding environs, which includes for but is not limited to the social housing estates and Council owned land."
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-16T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-04-16T14:01:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-16T14:01:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "March 2023 if the options to extend the term of the contract are not taken up."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-9213",
            "name": "PORTSMOUTH CITY COUNCIL",
            "identifier": {
                "legalName": "PORTSMOUTH CITY COUNCIL"
            },
            "address": {
                "streetAddress": "Procurement Service, Floor 5 Core 3/4, Civic Office, Guildhall Square",
                "locality": "Portsmouth",
                "region": "UKJ31",
                "postalCode": "PO1 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement@portsmouthcc.gov.uk",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079476000"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.justice.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-9213",
        "name": "PORTSMOUTH CITY COUNCIL"
    },
    "language": "en"
}