Mhs Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | TMHS065 Waste Management Services |
Notice type: | Contract Notice |
Authority: | Mhs Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | mhs homes is seeking to appoint a service provider who can provide a reliable, efficient and cost effective waste disposal service which complies with current legislation from it’s two corporately managed properties. mhs homes has existing schedules of waste collection in place and will require various streams to be collected as part of this contract. |
Published: | 27/07/2018 10:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
mhs homes
Broadside, Leviathan Way, Chatham, ME4 4LL, United Kingdom
Tel. +44 1634354138, Email: procurement@mhs.org.uk
Contact: Alexandra Hackwell
Main Address: https://www.mhs.org.uk/
NUTS Code: UKJ4
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chatham:-Refuse-and-waste-related-services./5PXJ7GNNGH
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Not for Profit
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: TMHS065 Waste Management Services
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: mhs homes is seeking to appoint a service provider who can provide a reliable, efficient and cost effective waste disposal service which complies with current legislation from it’s two corporately managed properties. mhs homes has existing schedules of waste collection in place and will require various streams to be collected as part of this contract.
II.1.5) Estimated total value:
Value excluding VAT: 555,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: mhs homes is seeking the provision of a waste service including collection, transport, treatment and disposal of waste from it’s two corporately managed properties
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 555,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2019 / End: 31/03/2022
This contract is subject to renewal: Yes
Description of renewals: 2 year extension option available depending on performance.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
ISO9001
ISO14001
OHSAS 18001/SSIP accreditation
ISO 27001:2013
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/08/2018 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/09/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chatham:-Refuse-and-waste-related-services./5PXJ7GNNGH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5PXJ7GNNGH
VI.4) Procedures for review
VI.4.1) Review body:
Cabinet Office
Rosebery Court, Central Avenue, St Andrews Business Park, Norwich, NR7 0HS, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 27/07/2018
Annex A