Pam Grainger: Waste Management Services

  Pam Grainger is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Waste Management Services
Notice type: Contract Notice
Authority: Pam Grainger
Nature of contract: Services
Procedure: Open
Short Description: As part of the development of the new HWRC on Gypsum Close, Leicester City Council (LCC) is providing an outlet for business waste for local SME’s (Small/Medium size Enterprises). These are typically sole traders, landscape gardeners etc. This is a new venture aimed at providing a cost effective outlet for small businesses to recycle and dispose of their waste.We will be accepting the following waste streams depending on demand;Green waste, rubble/soil, wood, cardboard, general waste, metal, glass.We are looking to work with local operators of waste management and recycling facilities to maximise the recycling of material from our facility. Because this is a new venture we do not know what the volumes of materials will be, there are no maximum or minimum quantities. We will have a mixture of open top and compactor hook lift containers which require removing & exchanging from their loading point, emptying and returning to our premises on Gypsum Close.We are also looking for a facility that will accept Green Garden Waste loose from a Refuse Collection Vehicle (RCV). This additional option is likely to be required between March and November with an estimated annual tonnage of c1000 Tonnes.
Published: 23/12/2014 11:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leicester: Urban solid-refuse disposal services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      City Hall, 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
      Tel. +44 1164544024, Email: Claire.Naik@leicester.gov.uk, URL: www.leicester.gov.uk
      Contact: Procurement Services, Attn: Attn: Claire Naik

      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: Waste Management Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKF21 - Leicester         
      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

         Duration of the framework agreement:
            Duration in year(s): 3             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 500,000 and 1,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Urban solid-refuse disposal services. Refuse and waste related services. Waste-tip management services. As part of the development of the new HWRC on Gypsum Close, Leicester City Council (LCC) is providing an outlet for business waste for local SME’s (Small/Medium size Enterprises). These are typically sole traders, landscape gardeners etc. This is a new venture aimed at providing a cost effective outlet for small businesses to recycle and dispose of their waste.We will be accepting the following waste streams depending on demand;Green waste, rubble/soil, wood, cardboard, general waste, metal, glass.We are looking to work with local operators of waste management and recycling facilities to maximise the recycling of material from our facility. Because this is a new venture we do not know what the volumes of materials will be, there are no maximum or minimum quantities. We will have a mixture of open top and compactor hook lift containers which require removing & exchanging from their loading point, emptying and returning to our premises on Gypsum Close.We are also looking for a facility that will accept Green Garden Waste loose from a Refuse Collection Vehicle (RCV). This additional option is likely to be required between March and November with an estimated annual tonnage of c1000 Tonnes.
         
      II.1.6)Common Procurement Vocabulary:
         90513200 - Urban solid-refuse disposal services.
         
         90500000 - Refuse and waste related services.
         
         90533000 - Waste-tip management services.
         

      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 will be structured into 3 lots and you may bid for any one or more of these (as described below). Lot 1Collection in a Compactor Bin: General Waste Green WasteCardboardLot 2Collection in an Open Top Bin:PlasterboardRubbleMetalLot 3Garden Waste Delivered by LCC in a Refuse Collection VehicleThe framework will formally commence on 1st March 2015 and will be in place for 1 year, although the Council reserves the right at a later stage to discuss annual extensions for up to a further 24 months period.      
      
      II.2.2)Options: Not Provided         
         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: 12 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Waste Management Services - Collection in a Compactor Bin:

      1)Short Description:      
      General Waste Green WasteCardboard

      2)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 500,000 and 1,000,000
         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:         
            The estimated value for all 3 lots is GBP500,000 to GBP1,000,000      
      Lot No: 2
      Title: Waste Management Services - Collection in an Open Top Bin:

      1)Short Description:      
      PlasterboardRubbleMetal

      2)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 500,000 and 1,000,000
         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:         
            The estimated value for all 3 lots is GBP500,000 to GBP1,000,000      
      Lot No: 3
      Title: Waste Management Services - Garden Waste

      1)Short Description:      
      Delivered by LCC in a Refuse Collection Vehicle

      2)Common Procurement Vocabulary:
         90500000 - Refuse and waste related services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 500,000 and 1,000,000
         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:         
            The estimated value for all 3 lots is GBP500,000 to GBP1,000,000         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The contracting authority reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. The right to require the provision of appropriate guarantees, bonds, warranties and insurances is reserved. In the event of Leicester City Council contracting with a consortium or Special Purpose Vehicle Leicester City Council will require the consortium members to provide forms of guarantee and/or financial security for the consortium's obligations.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to Invitation to Tender document
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Council requires a contract with a legal entity. In the event of a consortium bid, the Council will only enter into a contract with a suitable legal entity.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      as set out in the Invitation to Tender document      
   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:
         Refer to Invitation to Tender document
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to Invitation to Tender document      
      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: 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: TAN0200      
      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: 30/01/2015
      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: 06/02/2015
         Time: 12:00      
      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: 90
      
      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: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Urban-solid-refuse-disposal-services./WQ5ZKTH2QN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WQ5ZKTH2QN
GO-20141223-PRO-6250998 TKR-20141223-PRO-6250997
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: Lodging of appeals: City Barrister and Head of Standards, Leicester City Council, City Hall, 115 Charles Street, Leicester LE1 1FZ, UK. If the appeal is not successfully resolved contractors may commence legalaction for breach of duty in the High Court in accordance with Regulation 47,within 30 days of the date when grounds for stating proceedings first arose.   
   
      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: 23/12/2014

ANNEX A

View any Notice Addenda

View Award Notice