Waste Collection Services for Portsmouth International Port

A Tender Notice
by PORTSMOUTH CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
£1M-£750K
Sector
ENVIRONMENT
Published
11 Apr 2023
Delivery
To 22 Apr 2028 (est.)
Deadline
19 May 2023 11:00

Concepts

Location

Portsmouth International Port and The Camber, Old Portsmouth

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide waste collection services primarily at Portsmouth International Port ('the port'). The following waste streams require 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 will also be required at the The Camber, Old Portsmouth which accommodates fishing and other smaller vessels. See section V.I.3 for information on waste collection frequencies and service levels as well as other background information in respect of the operations of the port. The Council is aiming to award the contract on 24th July for contract start on 1st November 2023. 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. Suppliers may 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 may range from approximately: - Lot 1 - £75,000 - £100,000 per annum - Lot 2 - £100,000 - £150,000 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 may at its sole discretion decide which lot to award from, however it is the Council's preference to award from lot 2 subject to confidence in delivery and affordability. Irrespective of which lot is be awarded from, 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. Suppliers may bid on the basis of utilising sub-contracting arrangements, however the lead supplier / contractor will maintain overall responsibility for delivery of all contract requirements. The procurement process will be in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015). The procurement timetable is shown below: Contract notice published 11th April 2023 Documents available on In-tend 11th April 2023 Port Site Visit (Compulsory) 27th April 2023 @ 14:00 Clarifications Deadline 5th May 2023 17:00 Tender return deadline 19th May 2023 12:00 Award decision notified to tenderers 10th July 2023 Standstill period 11th July - 20th July 2023 Contract award 24th July 2023 Mobilisation 24th July - 31st October 2023 Start of contract 1st November 2023 Application is via submission of completed tender by 19th May 2023 12:00 via the Council's e-sourcing system InTend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home. The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.

Lot Division

1 Core Waste Stream Requirements
  • Value: £500K

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 See II.1.4 for further details.

2 Core & Non-Core Waste Stream Requirements
  • Value: £750K

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.

Renewal 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.

CPV Codes

  • 90511000 - Refuse collection services
  • 03416000 - Wood waste
  • 19600000 - Leather, textile, rubber and plastic waste
  • 90511100 - Urban solid-refuse collection services
  • 90511400 - Paper collecting services
  • 90513200 - Urban solid-refuse disposal services
  • 90513300 - Refuse incineration services
  • 90514000 - Refuse recycling services
  • 90513400 - Ash disposal services
  • 90513500 - Treatment and disposal of foul liquids
  • 90524000 - Medical waste services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** COLLECTION TIMES All collections are to take place so as not to disrupt the operation of Portsmouth Cruise and Ferry Port. Currently collections cannot be made between the hours of 0600 and 1000 hours and 1800 and 2400 hours. However, these hours may change over the life of the contract and will be dependent on operational need. Reasonable notice of change will be given to the Contractor. Collection is to take place within 24 hours of the vessel's departure unless this departure falls on a weekend or bank holiday when collection will take place on the next working day following the vessel's departure or sooner if at all possible. BACKGROUND INFORMATION The Council is responsible for Portsmouth International Port, the equivalent of a department of the Council. It is the UK's most successful council owned port and is considered to be a major UK port, responsible for handling millions of customers and vital cargo across the globe. With easy access from the motorway and major shipping lanes the port is ideally placed for ferries, cruise and freight. Within Portsmouth International Port, Portsmouth Cruise and Ferry Port has five berths serving both ferries and cruise ships, with regular sailings to France, Spain and the Channel Islands and both full turnaround and port of call cruise calls. Portsmouth International Port also has responsibility for The Camber, Old Portsmouth. The Camber Quay is home to Portsmouth's inshore fishing fleet with some 20 to 30 vessels landing fresh fish and shellfish on a daily basis. In addition, The Camber has facilities for long and short stay of yachts and pleasure craft. SOCIAL VALUE Portsmouth International Port is committed to its social responsibility and as part of this commitment all environmental aspect of the organisation are being considered. Portsmouth International Port therefore require a contractor who is equally committed and who will help and advise Portsmouth International Port with regards to increased recycling opportunities and reduction in waste. QUALITY STANDARDS Portsmouth International Port currently hold the following quality standards; ISO45001, Occupational Health and Safety Management System and ISO14001, Environmental Management Systems. Portsmouth International Port therefore require a Contractor that will help to ensure that compliance is maintained and even improved upon.

Reference

Domains