St Albans City and District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for Waste Management and Cleansing |
Notice type: | Contract Notice |
Authority: | St Albans City and District Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | St Albans City and District Council has decided to procure a combined contract for the provision of Waste Management and Cleansing services. The services are being split into two lots as follows: Lot 1• Recycling & residual waste collections• Street cleansing In addition the Council is looking at two further following options within Lot 1 which it reserves the right to include in the final contract award. These two options are as follows.• Processing and sale of recyclable materials (option)• Processing of mixed Food/Garden Waste (option) Lot 2• Cleansing of public conveniences Applicants can apply for one or both lots.The Contract is anticipated to start on 13 June 2016 and run for 8 years. The Council reserves the right to extend the contract for a further period of up to 8 years, subject to contract conditions. The Council intends to offer the successful contractor(s) the use of the area of its depot facility at Sandridge Gate Business Centre which is currently used for delivery of this contract. Alternatively the Council reserves the right to offer the successful Lot 1 contractor the use of the entire depot facility at Sandridge Gate Business Centre. The Council would particularly welcome innovative, imaginative and cost effective solutions. |
Published: | 16/12/2014 11:57 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
St Albans City and District Council
District Council Offices, Civic Centre, St Albans, Herts, AL1 3JE, United Kingdom
Tel. +44 1727819384, Email: procurement@stalbans.gov.uk, URL: www.stalbans.gov.uk
Contact: Matthew Devan, Attn: Matthew Devan
Electronic Access URL: https://www.delta-esourcing.com/respond/W6XBY7UXNF
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
Environment
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: Contract for Waste Management and Cleansing
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:
Environmental services. Graffiti removal services. Refuse and waste related services. Refuse disposal and treatment. Refuse collection services. Household-refuse collection services. Litter collection services. Paper collecting services. Refuse transport services. Household-refuse disposal services. Street-cleaning and sweeping services. Street-cleaning services. Gully cleaning and emptying services. Gully cleaning services. Gully emptying services. Cleaning services. Street-sweeping services. St Albans City and District Council has decided to procure a combined contract for the provision of Waste Management and Cleansing services. The services are being split into two lots as follows: Lot 1• Recycling & residual waste collections• Street cleansing In addition the Council is looking at two further following options within Lot 1 which it reserves the right to include in the final contract award. These two options are as follows.• Processing and sale of recyclable materials (option)• Processing of mixed Food/Garden Waste (option) Lot 2• Cleansing of public conveniences Applicants can apply for one or both lots.The Contract is anticipated to start on 13 June 2016 and run for 8 years. The Council reserves the right to extend the contract for a further period of up to 8 years, subject to contract conditions. The Council intends to offer the successful contractor(s) the use of the area of its depot facility at Sandridge Gate Business Centre which is currently used for delivery of this contract. Alternatively the Council reserves the right to offer the successful Lot 1 contractor the use of the entire depot facility at Sandridge Gate Business Centre. The Council would particularly welcome innovative, imaginative and cost effective solutions.
II.1.6)Common Procurement Vocabulary:
90700000 - Environmental services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511300 - Litter collection services.
90511400 - Paper collecting services.
90512000 - Refuse transport services.
90513100 - Household-refuse disposal services.
90610000 - Street-cleaning and sweeping services.
90611000 - Street-cleaning services.
90640000 - Gully cleaning and emptying services.
90641000 - Gully cleaning services.
90642000 - Gully emptying services.
90910000 - Cleaning services.
90612000 - Street-sweeping services.
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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Not Provided
Estimated value excluding VAT:
Range between: 30,000,000 and 105,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Processing and sale or recyclable materials. Processing of mixed food/Garden waste materials.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 13/06/2016
Completion: 12/06/2032
Information About Lots
Lot No: 1
Title: Recycling and Residual Waste Collections, Street Cleansing and optional Material Processing and Sale
1)Short Description:
This lot includes the following components:• Recycling & residual waste collections• Street cleansing In addition the Council is looking at two further following options within this Lot which it reserves the right to include in the final contract award. These two options are as follows.• Processing and sale of recyclable materials (option)• Processing of mixed Food/Garden Waste (option)
2)Common Procurement Vocabulary:
90700000 - Environmental services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511300 - Litter collection services.
90511400 - Paper collecting services.
90512000 - Refuse transport services.
90513100 - Household-refuse disposal services.
90610000 - Street-cleaning and sweeping services.
90611000 - Street-cleaning services.
90612000 - Street-sweeping services.
90640000 - Gully cleaning and emptying services.
90641000 - Gully cleaning services.
90642000 - Gully emptying services.
90910000 - Cleaning services.
3)Quantity Or Scope: Not Provided
Value range between: 29,250,000 and 102,500,000
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: Cleansing of Public Conveniences
1)Short Description:
This lot includes the cleansing of public conveniences in the district.
2)Common Procurement Vocabulary:
90700000 - Environmental services.
90910000 - Cleaning services.
3)Quantity Or Scope: Not Provided
Value range between: 750,000 and 2,500,000
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
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council reserves the right to require guarantees or other forms of appropriate security to secure the proper performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the Tender Documents and contract documents.
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 that one party has primary liability or to require each party to be jointly and severally liable.
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:
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:
Information and formalities necessary for evaluating if requirements are met:
In accordance with articles 45 to 50 of directive 2004/18/EC and regulations 23 to 25 of the Public Contract Regulations 2006 (as amended) and as set out in the Pre Qualification Questionnaire (PQQ) available from the address in section I.1 of this notice.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with articles 45 to 50 of directive 2004/18/EC and regulations 23 to 25 of the Public Contract Regulations 2006 (as amended) and as set out in the Pre Qualification Questionnaire (PQQ) available from the address in section I.1 of this notice.
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: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
In accordance with the tender documentation.
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: SADC WMT14
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 196 - 346600 of 09/10/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 25/01/2015
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: 26/01/2015
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: The contracting authority has split the contract into two lots and considers that Lot 2 may be more 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, and the contract will be awarded on the basis of the most economically advantageous tender. Tenderers are advised that the Acquired Rights Directive 2001/23/EC and/or the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) (as amended) may apply to this contract. It is the responsibility of prospective tenderers to take independent advice in order to make their own decision as to the applicability of the Regulations. Please note whilst the Council will accept variant bids; the Council will place restrictions on the scope of variants.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Herts:-Environmental-services./W6XBY7UXNF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W6XBY7UXNF
GO-20141216-PRO-6232598 TKR-20141216-PRO-6232597
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
St Albans City and District Council
District Council Offices, Civic Centre, St Albans, Herts, AL1 3JE, United Kingdom
Tel. +44 1727866100, Email: procurement@stalbans.gov.uk, URL: www.stalbans.gov.uk
Body responsible for mediation procedures:
St Albans City and District Council
District Council Offices, Civic Centre, St Albans, Herts, AL1 3JE, United Kingdom
Tel. +44 1727819306
VI.4.2)Lodging of appeals: The Council will operate in accordance with Directive 2004/18/EC and the Public Contracts Regulations 2006 (as amended) in holding a regulated standstill period following evaluation of the tender and decision as to award of the contract and tenderers will be entitled to respond to the standstill notices in accordance with the applicable legal procedures.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
St Albans City and District Council
District Council Offices, Civic Centre, St Albans, Herts, AL1 3JE, United Kingdom
Tel. +44 1727866100, Email: procurement@stalbans.gov.uk, URL: www.stalbans.gov.uk
VI.5) Date Of Dispatch Of This Notice: 16/12/2014
ANNEX A