Colchester Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Handling of Recyclable Materials |
Notice type: | Contract Notice |
Authority: | Colchester Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Colchester City Council (the Council) wishes to procure a contractor to collect recyclable materials from the Shrub End Depot in Colchester, to secure markets for the sale or appropriate end uses of all recyclables and to maximise recycling of materials from the collected waste before recovery of resources and energy from any non-recyclable the waste and ensure that the Council has full awareness of the final destinations of all material streams. Full details of the service and the requirements are detailed in the Specification. |
Published: | 31/03/2023 15:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Colchester City Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 7976794358, Email: matthew.howe@colchester.gov.uk
Contact: Matt Howe
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Refuse-recycling-services./P25X23SK6W
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Refuse-recycling-services./P25X23SK6W 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Handling of Recyclable Materials
Reference Number: 0332
II.1.2) Main CPV Code:
90514000 - Refuse recycling services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Colchester City Council (the Council) wishes to procure a contractor to collect recyclable materials from the Shrub End Depot in Colchester, to secure markets for the sale or appropriate end uses of all recyclables and to maximise recycling of materials from the collected waste before recovery of resources and energy from any non-recyclable the waste and ensure that the Council has full awareness of the final destinations of all material streams. Full details of the service and the requirements are detailed in the Specification.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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:
UKH3 Essex
II.2.4) Description of procurement: The Council is seeking to procure a Transfer, Treatment and Disposal service for source segregated municipal dry recycling collected by the Council’s recycling collection services across the Council’s households and businesses. The recycling material streams included in this procurement are: paper, cardboard, metal cans and tins and plastic bottles, pots, tubs and trays. The segregated waste streams are delivered to the Council’s Shrub End Depot in Colchester.
Estimated tonnages based on current participation rates are 10,700 tonnes p/a, with the tonnages of each material stream and the acceptable items to be presented for collection by residents provided in the appendices to the Specification. The order volume is dependent on the tonnage collected from residents; therefore, the Council cannot guarantee the volume level stated. As outlined in the Contract Specification there may be an extension to the scheme during the period of this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Mobilisation & Resourcing Plan / Weighting: 4
Quality criterion - Name: Materials Handling Plan / Weighting: 6
Quality criterion - Name: Contingency Plan / Weighting: 3
Quality criterion - Name: Information Management and Reporting Arrangements / Weighting: 5
Quality criterion - Name: Health, Safety and Welfare Plan / Weighting: 2
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 70
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/07/2025
This contract is subject to renewal: Yes
Description of renewals: At the Council’s discretion, the contract will also include the option for a negotiated extension for a further period of one year (to 31st July 2026) and a subsequent further negotiated extension for an additional period of one year (to 31st July 2027).
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/P25X23SK6W
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes
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: 03/05/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/05/2023
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): 3
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Refuse-recycling-services./P25X23SK6W
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P25X23SK6W
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Courts of Justice
London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
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: 31/03/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Colchester City Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 7976794358, Email: matthew.howe@colchester.gov.uk
Contact: Matt Howe
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
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: Yes
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: Handling of Recyclable Materials
Reference number: 0332
II.1.2) Main CPV code:
90514000 - Refuse recycling services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Colchester City Council (the Council) wishes to procure a contractor to collect recyclable materials from the Shrub End Depot in Colchester, to secure markets for the sale or appropriate end uses of all recyclables and to maximise recycling of materials from the collected waste before recovery of resources and energy from any non-recyclable the waste and ensure that the Council has full awareness of the final destinations of all material streams. Full details of the service and the requirements are detailed in the Specification.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The Council is seeking to procure a Transfer, Treatment and Disposal service for source segregated municipal dry recycling collected by the Council’s recycling collection services across the Council’s households and businesses. The recycling material streams included in this procurement are: paper, cardboard, metal cans and tins and plastic bottles, pots, tubs and trays. The segregated waste streams are delivered to the Council’s Shrub End Depot in Colchester. Estimated tonnages based on current participation rates are 10,700 tonnes p/a, with the tonnages of each material stream and the acceptable items to be presented for collection by residents provided in the appendices to the Specification. The order volume is dependent on the tonnage collected from residents; therefore, the Council cannot guarantee the volume level stated. As outlined in the Contract Specification there may be an extension to the scheme during the period of this contract.
II.2.5) Award criteria:
Quality criterion - Name: Mobilisation & Resourcing Plan / Weighting: 4
Quality criterion - Name: Materials Handling Plan / Weighting: 6
Quality criterion - Name: Contingency Plan / Weighting: 3
Quality criterion - Name: Information Management and Reporting Arrangements / Weighting: 5
Quality criterion - Name: Health, Safety and Welfare Plan / Weighting: 2
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 70
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/P25X23SK6W
Section IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-009529
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: 21/07/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Plan B Management Solutions Ltd, 05873377
Gilmarde House, 47 South Bar Street, Banbury, OX16 9AB, United Kingdom
Tel. +44 7979243652
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 250,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Essex Reclamation will collect the recyclable materials
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=797601190
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
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: 24/07/2023