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
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
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