Swindon Commercial Services Limited : Swindon Commercial Services Ltd Fuel Use Contract

  Swindon Commercial Services Limited has published this notice through Delta eSourcing

Notice Summary
Title: Swindon Commercial Services Ltd Fuel Use Contract
Notice type: Contract Notice
Authority: Swindon Commercial Services Limited
Nature of contract: Services
Procedure: Restricted
Short Description: Swindon Borough Council in its role as a Waste Disposal Authority has an obligation to meet targets for diversion of waste from landfill under the Landfill Allowance Trading Scheme. These targets are for the recycling and composting of municipal solid waste ("MSW") and for the diversion of remaining biodegradable municipal waste ("BMW"). Swindon Commercial Services Ltd is seeking to procure a fuel use solution which will manage the residual waste diversion targets Swindon Borough Council are required to meet, without impacting upon its existing recycling and composting achievements. Swindon Commercial Services Limited is a wholly owned company of Swindon Borough Council and is a "Teckal" company pursuant to the rules and principles of UK and European procurement law. Swindon Commercial Services Limited delivers a range of services, including waste collection, recycling and disposal to Swindon Borough Council under contractual arrangements that were put in place at the time Swindon Commercial Services Limited was incorporated. The Key Outcomes of the Fuel Use Contract will be to use RDF/SRF in a cost effective manner and to minimise the climate change impact of managing MSW. SCS will be looking for services which represent value for money. The Fuel Use Contract will be let for the use of RDF/SRF. The Fuel Use Contractor will be responsible for the management of residues and by products. The Fuel Use Contractor will be responsible for the transfer of the RDF/SRF from Swindon to the delivery point of the Fuel Use Contractor. The Fuel Use Contractor will be responsible for the transfer of RDF/SRF from the delivery points to the fuel use facility if different. The Fuel Use Contract will be for a period of between 5 and 10 years. The operational commencement date is anticipated to be May 2013
Published: 03/01/2013 09:12

View Full Notice

UK-Swindon: Refuse and waste related services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Swindon Commercial Services Limited
      Waterside Park, Darby Close, Cheney Manor Industrial Estate, Swindon, SN2 2PN, United Kingdom
      Tel. +44 1793464772, Fax. +44 1793464772, Email: hbohane@swindoncommercialservices.co.uk
      Contact: Helen Bohane, Attn: Helen Bohane

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Swindon Commercial Services Ltd Fuel Use Contract
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKK14 - Swindon         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Refuse and waste related services. Refuse disposal and treatment. Non-hazardous refuse and waste treatment and disposal services. Household-refuse disposal services. Urban solid-refuse disposal services. Refuse recycling services. Refuse transport services. Refuse incineration services. Landfill management services. Waste-tip management services. Commodity brokerage services. Ash disposal services. Swindon Borough Council in its role as a Waste Disposal Authority has an obligation to meet targets for diversion of waste from landfill under the Landfill Allowance Trading Scheme. These targets are for the recycling and composting of municipal solid waste ("MSW") and for the diversion of remaining biodegradable municipal waste ("BMW"). Swindon Commercial Services Ltd is seeking to procure a fuel use solution which will manage the residual waste diversion targets Swindon Borough Council are required to meet, without impacting upon its existing recycling and composting achievements.

Swindon Commercial Services Limited is a wholly owned company of Swindon Borough Council and is a "Teckal" company pursuant to the rules and principles of UK and European procurement law.

Swindon Commercial Services Limited delivers a range of services, including waste collection, recycling and disposal to Swindon Borough Council under contractual arrangements that were put in place at the time Swindon Commercial Services Limited was incorporated.

The Key Outcomes of the Fuel Use Contract will be to use RDF/SRF in a cost effective manner and to minimise the climate change impact of managing MSW. SCS will be looking for services which represent value for money. The Fuel Use Contract will be let for the use of RDF/SRF. The Fuel Use Contractor will be responsible for the management of residues and by products. The Fuel Use Contractor will be responsible for the transfer of the RDF/SRF from Swindon to the delivery point of the Fuel Use Contractor. The Fuel Use Contractor will be responsible for the transfer of RDF/SRF from the delivery points to the fuel use facility if different.

The Fuel Use Contract will be for a period of between 5 and 10 years. The operational commencement date is anticipated to be May 2013
         
      II.1.6)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
            FC03-4 - For domestic waste
            FC02-1 - For waste material
            FC01-8 - For waste disposal
         
         90510000 - Refuse disposal and treatment.
         
         90513000 - Non-hazardous refuse and waste treatment and disposal services.
         
         90513100 - Household-refuse disposal services.
         
         90513200 - Urban solid-refuse disposal services.
         
         90514000 - Refuse recycling services.
         
         90512000 - Refuse transport services.
         
         90513300 - Refuse incineration services.
         
         90531000 - Landfill management services.
         
         90533000 - Waste-tip management services.
         
         66132000 - Commodity brokerage services.
         
         90513400 - Ash disposal services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Swindon Commercial Services Ltd is looking to procure a fuel use solution. The likely nominal value of the Fuel Use Contract is expected to be between 10 to 25million GBP (Estimated spend of £1m to £2.5m per annum)      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 2
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: RDF - Refuse Derived Fuel

      1)Short Description:      
      Municipal Solid Waste (MSW) that has been shredded, sorted for recyclates, baled and wrapped. Average moisture content of 35-40% with a calorific value ranging from 10 to 14 Megajoules.

      2)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 1 and 250,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Solid Recovered Fuel (SRF)

      1)Short Description:      
      Municipal Solid Waste (MSW) that has been shredded, sorted for recyclates,dried, baled and wrapped. Average moisture content of less than 20% with a calorific value of greater than 18 megajoules

      2)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 1 and 25,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 60
                                          
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      SCS reserves the right to request deposits, guarantees, bonds or other forms of appropriate security. Further details will be provided in the tender documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      SCS reserves the right to require in the context of a consortium, bidders to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability. Bidders must provide full details of their proposed contracting structures. Changes to consortia or contracting structures must be notified to SCSwhich may impose conditions on or reject the change if that is reasonably necessary to ensure the Authority meets legal or procurement obligations
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Selected Contractors will be required to have all the appropriate licences under UK legislation. The Contractors may also be responsible for attaining or contributing to certain statutoru and non-statutory targets (such as but not limited to, recycling performance targets and the diversion of biodegradable municipal waste from landfill)      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         See PQQ
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         See PQQ      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         See PQQ   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 31/01/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/02/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=32460992
GO-201313-PRO-4492373 TKR-201313-PRO-4492372
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 03/01/2013

ANNEX A

View any Notice Addenda

UK-Swindon: Refuse and waste related services.

Section I: Contracting Authority
   Title: UK-Swindon: Refuse and waste related services.
   I.1)Name, Addresses And Contact Point(s)
      Swindon Commercial Services Limited
      Waterside Park, Darby Close, Cheney Manor Industrial Estate, Swindon, SN2 2PN, United Kingdom
      Tel. +44 1793464772, Fax. +44 1793464772, Email: hbohane@swindoncommercialservices.co.uk
      Contact: Helen Bohane, Attn: Helen Bohane
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Swindon Commercial Services Ltd Fuel Use Contract
      II.1.2)Short description of the contract or purchase:
      Refuse and waste related services. Refuse disposal and treatment. Non-hazardous refuse and waste treatment and disposal services. Household-refuse disposal services. Urban solid-refuse disposal services. Refuse recycling services. Refuse transport services. Refuse incineration services. Landfill management services. Waste-tip management services. Commodity brokerage services. Ash disposal services. Swindon Borough Council in its role as a Waste Disposal Authority has an obligation to meet targets for diversion of waste from landfill under the Landfill Allowance Trading Scheme. These targets are for the recycling and composting of municipal solid waste ("MSW") and for the diversion of remaining biodegradable municipal waste ("BMW"). Swindon Commercial Services Ltd is seeking to procure a fuel use solution which will manage the residual waste diversion targets Swindon Borough Council are required to meet, without impacting upon its existing recycling and composting achievements.

Swindon Commercial Services Limited is a wholly owned company of Swindon Borough Council and is a "Teckal" company pursuant to the rules and principles of UK and European procurement law.

Swindon Commercial Services Limited delivers a range of services, including waste collection, recycling and disposal to Swindon Borough Council under contractual arrangements that were put in place at the time Swindon Commercial Services Limited was incorporated.

The Key Outcomes of the Fuel Use Contract will be to use RDF/SRF in a cost effective manner and to minimise the climate change impact of managing MSW. SCS will be looking for services which represent value for money. The Fuel Use Contract will be let for the use of RDF/SRF. The Fuel Use Contractor will be responsible for the management of residues and by products. The Fuel Use Contractor will be responsible for the transfer of the RDF/SRF from Swindon to the delivery point of the Fuel Use Contractor. The Fuel Use Contractor will be responsible for the transfer of RDF/SRF from the delivery points to the fuel use facility if different.

The Fuel Use Contract will be for a period of between 5 and 10 years. The operational commencement date is anticipated to be May 2013
      
      II.1.3)Common procurement vocabulary:
      90500000 - Refuse and waste related services.
         FC03-4 - For domestic waste
         FC02-1 - For waste material
         FC01-8 - For waste disposal
      
      90510000 - Refuse disposal and treatment.
      
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      
      90513100 - Household-refuse disposal services.
      
      90513200 - Urban solid-refuse disposal services.
      
      90514000 - Refuse recycling services.
      
      90512000 - Refuse transport services.
      
      90513300 - Refuse incineration services.
      
      90531000 - Landfill management services.
      
      90533000 - Waste-tip management services.
      
      66132000 - Commodity brokerage services.
      
      90513400 - Ash disposal services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 096930
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 4 - 4389 of 03/01/2013      
      IV.2.4)Date of dispatch of the original Notice: 03/01/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued. The contract may be the object of a re-publication.

      VI.4)Other additional information:      
      Original Contact Helen Bohane no longer works for Swindon Commercial Services. Contact Details are now Alexandra Wilson Procurement Buyer awilson@swindoncommercialservices.co.uk Tel 01793 464772. Please can an amendment to the contact details be made?
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=74566230
GO-2013925-PRO-5149755 TKR-2013925-PRO-5149754

      VI.5)Date of dispatch: 25/09/2013

View Award Notice