WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | WRAP Welsh Framework for Reuse and Recycling Containers |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | WRAP acting as a Central Purchasing Body, is inviting Tenders in response to this Framework Agreement for Refuse and Recycling Containers. In March 2011, Welsh Government issued its Collections Blueprint which sets out the recommended service profile for Welsh local authorities to collect waste from households. The Blueprint details the systems recommended to achieve the highest rate of quality recycling, significant cost savings and improved sustainable development outcomes. In order to support the Blueprint, WRAP will act as the Central Purchasing Body would like to establish a Framework Agreement for Welsh local authorities to procure the Refuse and Recycling Containers that complement the Blueprint. This will provide Welsh local authorities with the tools they need to follow the Collection Blueprint and provide them with a quick route to market.Framework Call-off Contracts may be awarded in two ways; either via a further competition a ‘mini-tender’ between the Framework Suppliers, or by direct award. WRAP anticipates and encourages that local authorities use the direct award procedure for their smaller ‘top-up’ orders but recommends that Customers should conduct a mini-tender for their larger ‘roll-out’ orders. Suppliers will be able to opt to bid for a mini-tendered Call-off Contract or to enter into a Call-off Contract if offered one through the direct award route, but will not be obliged to do so. Customers ordering direct award call-offs under the Framework Agreement without re-opening competition shall: identify and seek to award the relevant Call-off contract to the Most Economically Advantageous Tenderer who has been accepted onto the Framework Agreement and applicable lot.WRAP is acting as a Central Purchasing Body. WRAP is inviting Tenders in response to the recently advertised Framework Agreement for Supply of Refuse and Recycling Containers. The Framework has been advertised in such a way that it will be available to all Welsh authorities to use. The Framework Agreement will have a duration of four years from its Commencement Date. The Framework will be divided into 5 Lots. The approach being taken will result in a minimum of three and a maximum of five successful bidders being appointed per lot as Framework Suppliers.LOT 1 Wheeled bins,LOT 2 Recycling boxes,LOT 3 Mobile stackable recycling containers,LOT 4 Kerbside recycling bags LOT 5 Food waste containers. |
Published: | 24/12/2014 17:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
WRAP
The Old Academy, 21 Horse Fair, Banbury, OX16 0AH, United Kingdom
Tel. +44 1179172252, URL: https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Waste-and-rubbish-containers-and-bins./3AMZJEN4VA
Contact: Rebecca Pearson
Electronic Access URL: . https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Waste-and-rubbish-containers-and-bins./3AMZJEN4VA
Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Waste-and-rubbish-containers-and-bins./3AMZJEN4VA
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:
Environment
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: WRAP Welsh Framework for Reuse and Recycling Containers
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKL - WALES
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 25
Duration of the framework agreement:
Duration in year(s): 4
Justification for a framework agreement the duration of which exceeds four years:
NA
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 20,000,000 and 57,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Waste and rubbish containers and bins. Polythene waste and refuse sacks and bags. WRAP acting as a Central Purchasing Body, is inviting Tenders in response to this Framework Agreement for Refuse and Recycling Containers. In March 2011, Welsh Government issued its Collections Blueprint which sets out the recommended service profile for Welsh local authorities to collect waste from households. The Blueprint details the systems recommended to achieve the highest rate of quality recycling, significant cost savings and improved sustainable development outcomes. In order to support the Blueprint, WRAP will act as the Central Purchasing Body would like to establish a Framework Agreement for Welsh local authorities to procure the Refuse and Recycling Containers that complement the Blueprint. This will provide Welsh local authorities with the tools they need to follow the Collection Blueprint and provide them with a quick route to market.Framework Call-off Contracts may be awarded in two ways; either via a further competition a ‘mini-tender’ between the Framework Suppliers, or by direct award. WRAP anticipates and encourages that local authorities use the direct award procedure for their smaller ‘top-up’ orders but recommends that Customers should conduct a mini-tender for their larger ‘roll-out’ orders. Suppliers will be able to opt to bid for a mini-tendered Call-off Contract or to enter into a Call-off Contract if offered one through the direct award route, but will not be obliged to do so. Customers ordering direct award call-offs under the Framework Agreement without re-opening competition shall: identify and seek to award the relevant Call-off contract to the Most Economically Advantageous Tenderer who has been accepted onto the Framework Agreement and applicable lot.WRAP is acting as a Central Purchasing Body. WRAP is inviting Tenders in response to the recently advertised Framework Agreement for Supply of Refuse and Recycling Containers. The Framework has been advertised in such a way that it will be available to all Welsh authorities to use. The Framework Agreement will have a duration of four years from its Commencement Date. The Framework will be divided into 5 Lots. The approach being taken will result in a minimum of three and a maximum of five successful bidders being appointed per lot as Framework Suppliers.LOT 1 Wheeled bins,LOT 2 Recycling boxes,LOT 3 Mobile stackable recycling containers,LOT 4 Kerbside recycling bags LOT 5 Food waste containers.
II.1.6)Common Procurement Vocabulary:
34928480 - Waste and rubbish containers and bins.
19640000 - Polythene waste and refuse sacks and bags.
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:
The Framework scope comprises of 5 lots. LOT 1 Wheeled binsLOT 2 Recycling boxesLOT 3 Mobile stackable recycling containersLOT 4 Kerbside recycling bagsLOT 5 Food waste containers.The main objective of the Framework Agreement is to provide Refuse and Recycling Containers with a strong emphasis on value for money. The aim of this Framework Agreement procurement is to establish a preferred route for Welsh local authorities to procure their Containers envisaged by Welsh Government in the Collections Blueprint The framework Agreement will be open for use by all local authorities in Wales, a current list of whom can be found at http://www.wlga.gov.uk/authorities. For further information including information regarding potential future Welsh Local Authority boundary changes see VI.3.The estimated value range set out in II.1.4 is a real terms estimate based on a forecast that takes into account Welsh authorities current arrangements against the recommendations of the Collections Blueprint, see tender documents for further detail. It should be noted this is an estimate made on the current market information and subject to any future Welsh Local Authority boundary changes.
Estimated value excluding VAT:
Range between: 22,000,000 and 57,000,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Wheeled bins
1)Short Description:
Lot 1 is for the provision of wheeled bins which, under the Blueprint, are to be used for the collection of residual and / or garden waste. All bins should be EN840 2012 approved and certified. The lot will include associated accessories and delivery of the bins.
2)Common Procurement Vocabulary:
34928480 - Waste and rubbish containers and bins.
3)Quantity Or Scope: Not Provided
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: Recycling boxes
1)Short Description:
Lot 2 is for the provision of kerbside recycling boxes and lids suitable for those boxes which, under the Blueprint, are to be used for the collection of dry recyclable materials; glass, paper, card, plastics and cans. The lot will include associated accessories and delivery of the containers.
2)Common Procurement Vocabulary:
34928480 - Waste and rubbish containers and bins.
3)Quantity Or Scope: Not Provided
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: 3
Title: Mobile stackable recycling containers
1)Short Description:
Lot 3 is for the provision of mobile stackable recycling containers, which under the Blueprint, are to be used for the collection of dry recyclable materials; glass, paper, card, plastics and cans. The lot will include associated accessories and delivery of the containers.
2)Common Procurement Vocabulary:
34928480 - Waste and rubbish containers and bins.
3)Quantity Or Scope: Not Provided
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: 4
Title: Kerbside recycling bags
1)Short Description:
Lot 4 is for the provision of reusable kerbside recycling bags, which under the Blueprint, are to be used for the collection of dry recyclable materials; paper, card, plastics and cans.
2)Common Procurement Vocabulary:
19640000 - Polythene waste and refuse sacks and bags.
3)Quantity Or Scope: Not Provided
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: 5
Title: Food waste containers
1)Short Description:
Lot 5 is for the provision of food waste caddies for the kitchen and kerbside, which under the Blueprint, are to be used for the collection of food waste. The lot will include associated accessories and delivery of the containers.
2)Common Procurement Vocabulary:
34928480 - Waste and rubbish containers and bins.
3)Quantity Or Scope: Not Provided
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:
As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents.
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:
As detailed in the tender documents.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As detailed in the tender documents.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed in the tender documents.
Minimum Level(s) of standards possibly required:
As detailed in the tender documents.
III.2.4)Information about reserved contracts: Not Provided
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: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 02/02/2015
Time: 17:00
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: 120
IV.3.8)Conditions for opening tenders
Not Provided
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: 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, and the contract will be awarded on the basis of the most economically advantageous tender. The Framework will be available to all Welsh Local Authorities as defined in Section 175 of the Local Government (Wales) Measure 2011 or any successor authorities with similar statutory functions resulting from future Welsh Local Authority boundary changes, including those proposed in the Commission on Public Service Governance Deliver Summary Report for Welsh Government, January 2014 or any subsequent proposals for local government reorganisation in Wales, including (but not limited to) any new bodies created by the merger or reorganisation of any of the existing authorities listed at http://www.wlga.gov.uk/authorities.The organisation is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory, the successful contractors will be expected to consider opportunities to recruit and train long-term economically inactive persons as part of the workforce delivering this project.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-Waste-and-rubbish-containers-and-bins./3AMZJEN4VA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3AMZJEN4VA
GO-20141224-PRO-6255718 TKR-20141224-PRO-6255717
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
WRAP
Body responsible for mediation procedures:
WRAP
VI.4.2)Lodging of appeals: Lodging of appeals: WRAP will incorporate a minimum 10 calendar day standstill period from the point at which the intention to award appointments to the Framework Agreement is communicated to Tenderers. This period allows unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the Framework Agreement is entered into. Such additional information should be requested from see item I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
WRAP
VI.5) Date Of Dispatch Of This Notice: 24/12/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
See section VI.3 Addtional Information
See section VI.3 Addtional Information, See section VI.3 Addtional Information, United Kingdom