Notice Information
Notice Title
Waste Collection Services for Portsmouth International Port
Notice Description
Portsmouth City Council ('the council') invited tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port'). The following waste streams required collection: CORE WASTE STREAM REQUIREMENTS: - General waste - non recyclable - General waste - recyclable - Food waste - Cat 1 international food waste - Plastic waste - Paper and cardboard - Glass - Metal (Ferrous and non-ferrous) - Wood waste Non-Core WASTE STREAM REQUIREMENTS: - Cooking oil on pallets and in IBCs - Grease trap - Gas bottles - Incinerator ash - Hazardous waste such as oily rags, paint tins etc. - Medical Waste - Lampsafe - WEEE waste - Scrubber waste The services required relate to the handling of waste generated directly at the port and waste collection requirements of visiting visiting vessels such as cruise vessels. Waste collection services were also required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels. The initial contract term is for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties. Suppliers could bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor is required to maintain overall responsibility for delivery of all contract requirements. Suppliers could submit tenders in respect of one or both of two Lot options, being: - Lot 1 - Core Waste Stream Requirements - Lot 2 - Core & Non-Core Waste Stream Requirements The estimated value of the contact in respect of each Lot option could range from approximately: - Lot 1 - PS75,000 - PS100,000 per annum - Lot 2 - PS100,000 - PS150,000 per annum The actual value of the contract is variable and will be driven by trade levels at the port which will determine the volume of waste which will require collection, therefore the values stated above are non-binding. The Council had sole discretion decide which lot to award from, however it was the Council's preference to award from lot 2 subject to confidence in delivery and affordability. The Council notified all bidders of award of the contract on 11th July to Biffa Waste Services Ltd under Lot 2 for contract start on 1st November 2023. The Council reserves the right to add / remove types of waste streams and amend volumes of waste to the contract throughout the contract term in order to meet any changes in operational requirements. The procurement process was run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).
Lot Information
Lot 1 - Core Waste Stream Requirements
Delivery of all Core Waste Stream Requirements, being: * General waste - non recyclable * General waste - recyclable * Food waste * Cat 1 international food waste * Paper and cardboard * Plastic waste. * Glass * Metal (ferrous and non-ferrous) * Wood waste AND Delivery of all Non-Core Waste Streams Requirements, being: : * Cooking oil on pallets and in IBCs * Grease trap * Gas bottles * Incinerator ash * Hazardous waste such as oily rags, paint tins etc. * Medical Waste * Lampsafe * WEEE waste * Scrubber waste
Options: The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Renewal: The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Lot 2 - Core & Non-Core Waste Stream RequirementsDelivery of all Core Waste Stream Requirements, being: * General waste - non recyclable * General waste - recyclable * Food waste * Cat 1 international food waste * Paper and cardboard * Plastic waste. * Glass * Metal (ferrous and non-ferrous) * Wood waste AND Delivery of all Non-Core Waste Streams Requirements, being: : * Cooking oil on pallets and in IBCs * Grease trap * Gas bottles * Incinerator ash * Hazardous waste such as oily rags, paint tins etc. * Medical Waste * Lampsafe * WEEE waste * Scrubber waste See section II.2.4 for further details.
Options: The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Renewal: The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03bde5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024297-2023
- Current Stage
- Award
- All Stages
- Tender, Award
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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
19 - Leather and textile fabrics, plastic and rubber materials
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
03416000 - Wood waste
19600000 - Leather, textile, rubber and plastic waste
90511000 - Refuse collection services
90511100 - Urban solid-refuse collection services
90511400 - Paper collecting services
90513200 - Urban solid-refuse disposal services
90513300 - Refuse incineration services
90513400 - Ash disposal services
90513500 - Treatment and disposal of foul liquids
90514000 - Refuse recycling services
90524000 - Medical waste services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- £1,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £613,500 £500K-£1M
Notice Dates
- Publication Date
- 18 Aug 20232 years ago
- Submission Deadline
- 19 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Jul 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If the contract is awarded and no extension options are taken up a further notice is likely to be published in March 2026. This will be dependent on the nature of future requirements and the need for a new contract.
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
-
- Local Authority
- Portsmouth
- Electoral Ward
- Charles Dickens
- Westminster Constituency
- Portsmouth South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03bde5-2023-08-18T11:05:49+01:00",
"date": "2023-08-18T11:05:49+01:00",
"ocid": "ocds-h6vhtk-03bde5",
"description": "Contract was awarded for Lot 2 only.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03bde5",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Waste Collection Services for Portsmouth International Port",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90511000",
"description": "Refuse collection services"
},
"mainProcurementCategory": "services",
"description": "Portsmouth City Council ('the council') invited tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port'). The following waste streams required collection: CORE WASTE STREAM REQUIREMENTS: - General waste - non recyclable - General waste - recyclable - Food waste - Cat 1 international food waste - Plastic waste - Paper and cardboard - Glass - Metal (Ferrous and non-ferrous) - Wood waste Non-Core WASTE STREAM REQUIREMENTS: - Cooking oil on pallets and in IBCs - Grease trap - Gas bottles - Incinerator ash - Hazardous waste such as oily rags, paint tins etc. - Medical Waste - Lampsafe - WEEE waste - Scrubber waste The services required relate to the handling of waste generated directly at the port and waste collection requirements of visiting visiting vessels such as cruise vessels. Waste collection services were also required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels. The initial contract term is for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties. Suppliers could bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor is required to maintain overall responsibility for delivery of all contract requirements. Suppliers could submit tenders in respect of one or both of two Lot options, being: - Lot 1 - Core Waste Stream Requirements - Lot 2 - Core & Non-Core Waste Stream Requirements The estimated value of the contact in respect of each Lot option could range from approximately: - Lot 1 - PS75,000 - PS100,000 per annum - Lot 2 - PS100,000 - PS150,000 per annum The actual value of the contract is variable and will be driven by trade levels at the port which will determine the volume of waste which will require collection, therefore the values stated above are non-binding. The Council had sole discretion decide which lot to award from, however it was the Council's preference to award from lot 2 subject to confidence in delivery and affordability. The Council notified all bidders of award of the contract on 11th July to Biffa Waste Services Ltd under Lot 2 for contract start on 1st November 2023. The Council reserves the right to add / remove types of waste streams and amend volumes of waste to the contract throughout the contract term in order to meet any changes in operational requirements. The procurement process was run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).",
"value": {
"amount": 750000,
"currency": "GBP"
},
"lotDetails": {
"awardCriteriaDetails": "See section II.1.4 above."
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Core Waste Stream Requirements",
"description": "Delivery of all Core Waste Stream Requirements, being: * General waste - non recyclable * General waste - recyclable * Food waste * Cat 1 international food waste * Paper and cardboard * Plastic waste. * Glass * Metal (ferrous and non-ferrous) * Wood waste AND Delivery of all Non-Core Waste Streams Requirements, being: : * Cooking oil on pallets and in IBCs * Grease trap * Gas bottles * Incinerator ash * Hazardous waste such as oily rags, paint tins etc. * Medical Waste * Lampsafe * WEEE waste * Scrubber waste",
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 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 term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Operational Requirements",
"type": "quality",
"description": "27%"
},
{
"name": "Management & Resourcing",
"type": "quality",
"description": "20%"
},
{
"name": "Environmental",
"type": "quality",
"description": "13%"
},
{
"type": "price",
"description": "40%"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Core & Non-Core Waste Stream Requirements",
"description": "Delivery of all Core Waste Stream Requirements, being: * General waste - non recyclable * General waste - recyclable * Food waste * Cat 1 international food waste * Paper and cardboard * Plastic waste. * Glass * Metal (ferrous and non-ferrous) * Wood waste AND Delivery of all Non-Core Waste Streams Requirements, being: : * Cooking oil on pallets and in IBCs * Grease trap * Gas bottles * Incinerator ash * Hazardous waste such as oily rags, paint tins etc. * Medical Waste * Lampsafe * WEEE waste * Scrubber waste See section II.2.4 for further details.",
"value": {
"amount": 750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 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 term will be for 3 years with possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03416000",
"description": "Wood waste"
},
{
"scheme": "CPV",
"id": "19600000",
"description": "Leather, textile, rubber and plastic waste"
},
{
"scheme": "CPV",
"id": "90511100",
"description": "Urban solid-refuse collection services"
},
{
"scheme": "CPV",
"id": "90511400",
"description": "Paper collecting services"
},
{
"scheme": "CPV",
"id": "90513200",
"description": "Urban solid-refuse disposal services"
},
{
"scheme": "CPV",
"id": "90513300",
"description": "Refuse incineration services"
},
{
"scheme": "CPV",
"id": "90513400",
"description": "Ash disposal services"
},
{
"scheme": "CPV",
"id": "90513500",
"description": "Treatment and disposal of foul liquids"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
},
{
"scheme": "CPV",
"id": "90524000",
"description": "Medical waste services"
}
],
"deliveryAddresses": [
{
"region": "UKJ31"
},
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Portsmouth International Port and The Camber, Old Portsmouth."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03416000",
"description": "Wood waste"
},
{
"scheme": "CPV",
"id": "19600000",
"description": "Leather, textile, rubber and plastic waste"
},
{
"scheme": "CPV",
"id": "90511100",
"description": "Urban solid-refuse collection services"
},
{
"scheme": "CPV",
"id": "90511400",
"description": "Paper collecting services"
},
{
"scheme": "CPV",
"id": "90513200",
"description": "Urban solid-refuse disposal services"
},
{
"scheme": "CPV",
"id": "90513300",
"description": "Refuse incineration services"
},
{
"scheme": "CPV",
"id": "90513400",
"description": "Ash disposal services"
},
{
"scheme": "CPV",
"id": "90513500",
"description": "Treatment and disposal of foul liquids"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
},
{
"scheme": "CPV",
"id": "90524000",
"description": "Medical waste services"
}
],
"deliveryAddresses": [
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Portsmouth International Port and The Camber, Old Portsmouth."
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"communication": {
"atypicalToolUrl": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Providers are required to hold a current waste carriers licence.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-05-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-05-19T13:00:00+01:00"
},
"bidOpening": {
"date": "2023-05-19T13:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "If the contract is awarded and no extension options are taken up a further notice is likely to be published in March 2026. This will be dependent on the nature of future requirements and the need for a new contract."
}
},
"parties": [
{
"id": "GB-FTS-63934",
"name": "Portsmouth City Council",
"identifier": {
"legalName": "Portsmouth City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Offices,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/ext/business/business.aspx",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-42070",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WCA 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079476000"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-0946107",
"name": "Biffa Waste Services Ltd",
"identifier": {
"legalName": "Biffa Waste Services Ltd",
"id": "0946107",
"scheme": "GB-COH"
},
"address": {
"locality": "High Wycombe",
"region": "UKJ1",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-63934",
"name": "Portsmouth City Council"
},
"language": "en",
"awards": [
{
"id": "024297-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-0946107",
"name": "Biffa Waste Services Ltd"
}
]
}
],
"contracts": [
{
"id": "024297-2023-1",
"awardID": "024297-2023-1",
"status": "active",
"value": {
"amount": 613500,
"currency": "GBP"
},
"dateSigned": "2023-07-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}