Waste Management: Provision of a Household Waste Recycling Centre Service (HWRCS)

  Waste Management has published this notice through Delta eSourcing

Notice Summary
Title: Provision of a Household Waste Recycling Centre Service (HWRCS)
Notice type: Contract Notice
Authority: Waste Management
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Delivery of a household waste recycling centre service against an outcome-based contract which will enable Hertfordshire County Council (the Authority) to continue to meet it’s statutory obligations as the Waste Disposal Authority for Hertfordshire.
Published: 13/03/2013 22:52

View Full Notice

UK-Hertford: Refuse and waste related services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Hertfordshire County Council
      Strategic Procurement Group, CHN314, County Hall, Pegs Lane, Hertford, SG13 8DE, United Kingdom
      Tel. +44 1707292467, Fax. +44 1992588497, Email: samantha.brown@hertfordshire.gov.uk, URL: http://www.hertsdirect.org, URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)
      Contact: Samantha Brown
      Electronic Access URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)
      Electronic Submission URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)

      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: Provision of a Household Waste Recycling Centre Service (HWRCS)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKH23 - Hertfordshire         
      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 recycling services. Waste-tip management services. Operation of a refuse site. Recycling equipment. Refuse transport services. Refuse disposal and treatment. Delivery of a household waste recycling centre service against an outcome-based contract which will enable Hertfordshire County Council (the Authority) to continue to meet it’s statutory obligations as the Waste Disposal Authority for Hertfordshire.
         
      II.1.6)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
         90514000 - Refuse recycling services.
         
         90533000 - Waste-tip management services.
         
         90530000 - Operation of a refuse site.
         
         42914000 - Recycling equipment.
         
         90512000 - Refuse transport services.
         
         90510000 - Refuse disposal and treatment.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      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:
      Section 51 of the Environmental Protection Act (EPA) 1990 requires the Authority to provide places where residents can deposit their household waste free of charge.
   
The minimum provisions by the Authority, under the EPA 1990 are set out as follows:
(a)   each place is situated either within the area of the authority or so as to be reasonably accessible to persons resident in its area;
(b)   each place is available for the deposit of waste at all reasonable times (including at least one period on the Saturday or following day of each week except a week in which the Saturday is 25th December or 1st January);
(c)   each place is available for the deposit of waste free of charge by persons resident in the area;
(d)   but the arrangements may restrict the availability of specified places to specified descriptions of waste.

To comply with the legislation the Authority currently chooses to provide seventeen Household Waste Recycling Centres (HWRCs) across the county where residents can both deliver their household waste and where they can sort it into various categories for either recycling, disposal or reuse.

The service has historically been delivered through a series of contracts comprising different elements such as materials haulage, site management & operation and materials recycling. The current client side management team provides the inspection and monitoring regimes required by legislation as well as support for maintenance and operational issues. Going forwards, it is the intention that all of these elements will be rolled into one outcome-based contract.

It is hoped that by inviting tender bids for an outcome based contract the market will respond with innovative and forward-thinking proposals.

It is intended that the current contracts will run to expiry and as a result the new contract will commence on a staged basis, initially taking on the management, maintenance and operation of the centres and some materials recycling contracts in October 2014 and assuming responsibility for the materials haulage in March 2016.

The whole contract shall have an initial contract period of eight (8) years and five (5) months with the option to extend for up to a further seven (7) years at the sole discretion of the Authority. Please note that the estimated total value of the contract stated below is for the core contract period and does not include the value of any extension period.

Further details of the requirement are contained in the Pre-Qualification Questionnaire (PQQ) and Initial Descriptive Document (IDD) available on the following link: http://supplyhertfordshire.g2b.info/hpf/                  
         Estimated value excluding VAT:
         Range between: 30,000,000 and 35,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 101 (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:
      Parent company guarantees, deposits, bonds or other forms of appropriate security may be required for this Contract. Further details will be contained within the PQQ and tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be developed in dialogue
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Authority will require the Contract to be with a legal entity. It reserves the right to require groupings of contractors to take a particular legal form or require a single contractor to take primary liability. Members of any consortium shall be jointly and severally liable. Legal bodies shall be companies or partnerships.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      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:
         As set out in the Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire      
      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: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 4 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         As set out in the Pre-Qualification Questionnaire.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: The Authority’s Contract Reference Number: HCC1306020. Delta Tenderbox Access Code: U67Q685AKK      
      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: 16/04/2013
      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: 16/04/2013
         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: 1. The Authority is seeking to award the Contract for the period stated at section II.2

2. It is for those invited to participate in dialogue to satisfy themselves of the position, but it is the initial view of the Authority that the Transfer of Undertakings (Protection of Employment) (TUPE) Regulations 2006 will apply to this Contract.

3. Instructions for Applicants – The Authority has moved to a new way of e-Tendering and works closely with BiP Solutions which provides a system called Delta eSourcing. For this particular Tender please read and follow the instructions below carefully.

To participate in this tender you will need to go into http://supplyhertfordshire.g2b.info/hpf/ and register, thereafter you will be issued with a username and password. (If you have already registered with Delta or Supply Hertfordshire, please follow the link above where you can log on using your existing username and password. If you have registered and have forgotten your Username and Password, please click on the forgotten password link below the log in box.) Please keep this USERNAME and PASSWORD secure, and do not pass it to any third parties.

To complete the PQQ for this Tender you will need to go into the Response Manager area and enter the Access Code U67Q685AKK. You will then need to download the relevant PQQ and complete. Any supporting documents should be cross-referenced to the relevant question and detailed in Section 4, Part L of the PQQ. If the Authority requires further information concerning your application form, your organisation will be contacted.

However, please provide full details and answer all questions, as the Authority reserves the right not to ask applicants for any further information or clarification.

Once you have completed your PQQ for this Tender exercise you must then “upload” your completed response into the Tenderbox (Access Code U67Q685AKK and ensure it has been submitted as a response. Please make sure you have submitted your completed PQQ to the correct Access Code, the Authority will not be held accountable for any errors made by a tenderer in submitting your completed PQQ.

Multiple documents can only be uploaded one at a time or can all be zipped together using an application like Winzip.

Full instructions are contained within the IDD. If you are experiencing problems, then please contact the Delta helpdesk via email at helpdesk@delta-esourcing.com or call +44 8452707050 (option 2) Monday to Friday 8.30am – 5:30pm for further assistance.

For further information on How to do Business with Hertfordshire County Council including current and past tenders please visit http://hertscc.g2b.info/

The Delta eSourcing system enables questions and answers to be exchanged via the e-mail facility in the system and communication with the buyer must happen via this method. However if questions are deemed to be of relevance to other tenderers the question and answer will be transmitted via the Delta eSourcing e-mail system to all tenderers.

The Authority reserves the right at any time to cease the tendering process and not award a contract or to award only part of the opportunity described in this notice. If the Authority takes up this right then they will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result.

Due to the current economic climate, the Authority reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Authority’s requirements and remain financially viable to perform the Contract.

Freedom of Information - The Authority undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Authority will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=47462095
GO-2013313-PRO-4654093 TKR-2013313-PRO-4654092
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      See VI.4.2

      VI.4.2)Lodging of appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to allow unsuccessful tenderers to raise any complaints before the contract is entered in to. If a complaint between the Authority and the tenderer regarding the award of a contract has not been successfully resolved, relevant provisions of the Public Contracts Regulations 2006 (as amended) will apply. The aggrieved party is advised to seek independent legal advice in relation to remedies they can pursue under the Public Contracts Regulations 2006 (as amended).   
   
      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: 13/03/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Hertford: Refuse and waste related services.

Section I: Contracting Authority
   Title: UK-Hertford: Refuse and waste related services.
   I.1)Name, Addresses and Contact Point(s):
      Hertfordshire County Council
      Strategic Procurement Group, CHN314, County Hall, Pegs Lane, Hertford, SG13 8DE, United Kingdom
      Tel. +44 1707292467, Fax. +44 1992588497, Email: zoe.upson@hertfordshire.gov.uk, URL: http://www.hertsdirect.org, URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)
      Contact: Zoe Upson
      Electronic Access URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)
      Electronic Submission URL: http://supplyhertfordshire.g2b.info/hpf/ following the instructions given in VI.3 (Additional Information)

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of a Household Waste Recycling Centre Service (HWRCS)      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 16
         
         Region Codes: UKH23 - Hertfordshire         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Refuse and waste related services. Refuse recycling services. Waste-tip management services. Operation of a refuse site. Recycling equipment. Refuse transport services. Refuse disposal and treatment. Delivery of a household waste recycling centre service against an outcome-based contract which will enable Hertfordshire County Council (the Authority) to continue to meet it’s statutory obligations as the Waste Disposal Authority for Hertfordshire.
      II.1.5)Common procurement vocabulary:
         90500000 - Refuse and waste related services.
         90514000 - Refuse recycling services.
         90533000 - Waste-tip management services.
         90530000 - Operation of a refuse site.
         42914000 - Recycling equipment.
         90512000 - Refuse transport services.
         90510000 - Refuse disposal and treatment.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 30,887,521
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 40
         Quality - 60
         
      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: The Authority’s Contract Reference Number: HCC1306020. Delta Tenderbox Access Code: U67Q685AKK         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 54 - 89118 of 13/03/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 28/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Amey Cespa (East) Limited
         Postal address: Sherard Building, Edmund Halley Road
         Town: Oxford
         Postal code: OX4 4GE
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 35,000,000
            Currency: GBP

         Total final value of the contract
            Value: 30,887,521
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      PLEASE BE AWARE THIS IS AN AWARD NOTICE AND NOT A CONTRACT OPPORTUNITY
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=116044768
GO-20141014-PRO-6088140 TKR-20141014-PRO-6088139   
   VI.3.1)Body responsible for appeal procedures:
      See VI.4.2
   VI.3.2)Lodging of appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to allow unsuccessful tenderers to raise any complaints before the contract is entered in to. If a complaint between the Authority and the tenderer regarding the award of a contract has not been successfully resolved, relevant provisions of the Public Contracts Regulations 2006 (as amended) will apply. The aggrieved party is advised to seek independent legal advice in relation to remedies they can pursue under the Public Contracts Regulations 2006 (as amended).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 14/10/2014