Peterborough City Council : Commercial waste collection & disposal

  Peterborough City Council has published this notice through Delta eSourcing

Notice Summary
Title: Commercial waste collection & disposal
Notice type: Contract Notice
Authority: Peterborough City Council
Nature of contract: Services
Procedure: Open
Short Description: Peterborough City Council commercial waste collection & disposal contract
Published: 11/01/2016 14:02

View Full Notice

UK-Peterborough: Refuse and waste related services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Peterborough City Council
      Town Hall, Peterborough, PE11HF, United Kingdom
      Tel. +44 7984044212, Email: matthew.rains@peterborough.gov.uk, URL: https://www.peterborough.gov.uk/, URL: http://peterborough.g2b.info/
      Attn: Matthew Rains
      Electronic Access URL: http://tenders.supplierforce.com?962
      Electronic Submission URL: http://tenders.supplierforce.com?962

      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:
      Regional or local authority

   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: Commercial waste collection & disposal
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKH11 - Peterborough         
      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. Peterborough City Council commercial waste collection & disposal contract
         
      II.1.6)Common Procurement Vocabulary:
         90500000 - Refuse and waste related 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: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Peterborough City Council has a number of corporate offices and community facilities at which it makes arrangements for waste and recycling collections at its expense. Presently there are 75 sites requiring waste collection; 39 requiring recycling and 1 requiring food waste collection.

This contract is to last for a period of three (3) years with an option for the Council to extend for up to two (2) more years.
Corporate building cleaning staff presently collect waste and deposit in external containers provided by the incumbent waste and recycling collection contractor, during both morning and evening cleaning periods. Waste at community facilities is placed into containers by service users as and when the building is occupied.

The scale and complexity of the service required precludes the need for lots.                  
         Estimated value excluding VAT:
         Range between: 450,000 and 1,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The Council may require Parent Company Guarantees, Performance Bonds and other securities. Full details are provided with the Tender Documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Full details are provided with the Tender Documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Council reserves the right to require groupings of contractors to take a particular legal form or to require single contractor to take primary liability or to require that each party undertakes joint and several liability irrespective of the form of the vehicle to be established.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Economic operators must be registered with the relevant licenses & accreditation - upper tier waste carrier, broker or dealer licence & Goods Vehicle Operator’s License.      
   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.

      Full details are provided with the Tender Documentation.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Full details are provided with the Tender Documentation.         
         Minimum Level(s) of standards possibly required:
         Full details are provided with the Tender Documentation.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Full details are provided with the Tender Documentation.         
         Minimum Level(s) of standards possibly required:
         Full details are provided with the Tender Documentation.      
      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: Open
   
   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: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 15/02/2016
      Time-limit for receipt of requests for documents or for accessing documents: 15:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/02/2016
         Time: 15:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 3 years
   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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=163069156
GO-2016111-PRO-7561084 TKR-2016111-PRO-7561083
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Peterborough City Council
      Manor Drive, Peterborough, PE4 7AP, United Kingdom
      Tel. +44 1733747474

      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: 11/01/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Peterborough: Refuse and waste related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peterborough City Council
       Town Hall, Peterborough, PE11HF, United Kingdom
       Tel. +44 7984044212, Email: matthew.rains@peterborough.gov.uk
       Main Address: https://www.peterborough.gov.uk/, Address of the buyer profile: http://peterborough.g2b.info/
       NUTS Code: UKH11

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Commercial waste collection & disposal            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90500000 - Refuse and waste related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peterborough City Council commercial waste collection & disposal contract

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 490,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.


      II.2.3) Place of performance
      Nuts code:
      UKH11 - Peterborough
   
      Main site or place of performance:
      Peterborough
             

      II.2.4) Description of the procurement: Commercial waste collection & disposal

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
      Quality criterion - Name: Price / Weighting: 60
                  
      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 8-10019
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Biffa Waste Services Limited
             Coronation Road, High Wycombe, HP123TZ, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 490,000          
         Total value of the contract/lot: 490,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204270176

   VI.4) Procedures for review

      VI.4.1) Review body
          Peterborough City Council
          Manor Drive, Peterborough, PE4 7AP, United Kingdom
          Tel. +44 1733747474

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 27/05/2016