LondonEnergy is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Municipal Waste Rail Transfer and Treatment |
Notice type: | Contract Notice |
Authority: | LondonEnergy |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | LondonWaste Limited (LWL) manages the treatment and disposal of municipal waste for the North London Waste Authority (NLWA). Since December 2009, the company has operated as a wholly owned subsidiary of NLWA. Residual waste collected by NLWA boroughs is delivered to one of three locations • The EcoPark in LB Enfield • The Hornsey St Waste & Recycling Centre in LB Islington • The Hendon Rail Transfer Station (RTS) in LB Barnet The majority of the waste deposited at the Hendon RTS is collected by the boroughs of Barnet and Camden and is comprised of mixed municipal waste categorised under EWC code 20 03 01. LWL is now seeking expressions of interest from organisations willing and able to undertake the following services: • Rail haulage of the wastes from Hendon RTS to a suitably licensed facility • Treatment/disposal of the wastes |
Published: | 02/05/2014 12:37 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
LondonWaste Limited
EcoPark, Advent Way, Edmonton, London, N18 3AG, United Kingdom
Tel. +44 2088845530, Email: jim.kendall@londonwaste.co.uk, URL: www.londonwaste.co.uk
Contact: Commercial Department, Attn: Mr Jim Kendall
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./6Y9V7D6K88
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: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Municipal Waste Rail Transfer and Treatment
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 16
Region Codes: UKI - LONDON
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:
Refuse and waste related services. Refuse transport services. LondonWaste Limited (LWL) manages the treatment and disposal of municipal waste for the North London Waste Authority (NLWA). Since December 2009, the company has operated as a wholly owned subsidiary of NLWA.
Residual waste collected by NLWA boroughs is delivered to one of three locations
• The EcoPark in LB Enfield
• The Hornsey St Waste & Recycling Centre in LB Islington
• The Hendon Rail Transfer Station (RTS) in LB Barnet
The majority of the waste deposited at the Hendon RTS is collected by the boroughs of Barnet and Camden and is comprised of mixed municipal waste categorised under EWC code 20 03 01. LWL is now seeking expressions of interest from organisations willing and able to undertake the following services:
• Rail haulage of the wastes from Hendon RTS to a suitably licensed facility
• Treatment/disposal of the wastes
II.1.6)Common Procurement Vocabulary:
90500000 - Refuse and waste related services.
90512000 - Refuse transport 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: No
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:
LWL will provide further information within the Invitation to Tender (ITT) documents, however the quantity of waste requiring transfer and treatment is expected to range between 60,000 to 100,000 tonnes each year; guaranteed minimums and maximums may apply.
II.2.2)Options: Yes
If yes, description of these options: It is anticipated that the contract will commence on 16th December 2014 and will continue until 15th December 2017, with the option (at LWL’s sole discretion) of extending beyond this date on up to three occasions and for a maximum period not exceeding 3 years.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 1 to 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 16/12/2014
Completion: 15/12/2017
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
LondonWaste reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to Contract documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to Contract documentation.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Please refer to the conditions of contract and other documents to be issued with the Invitation To Tender.
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:
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(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;
(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;
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: No
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
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: Hendon Transfer 2014
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: 06/06/2014
Time: 17:00
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: Prospective Tenderers are advised that LondonWaste Ltd is subject to the provisions of the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. If a Prospective Tenderer considers that any of the information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, clearly identify the specific information it does not wish to be disclosed and clearly specify the reasons for its sensitivity.
LondonWaste shall take such statements into consideration in the event that it receives a request pursuant to FOIA or EIR which relates to the information provided by a Supplier. However, if the information is requested LondonWaste may be obliged to under FOIA and/or EIR to disclose such information, irrespective of the supplier's wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
LondonWaste is not bound to accept the lowest or any bid and nothing in the PQQ or ITT shall oblige LWL to award a Contract and the company shall be able at its sole discretion to withdraw from negotiations at any stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./6Y9V7D6K88
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6Y9V7D6K88
GO-201452-PRO-5644115 TKR-201452-PRO-5644114
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
LondonWaste Ltd
Advent Way, London, N18 3AG, United Kingdom
VI.4.2)Lodging of appeals: LondonWaste will act in accordance with Regulations 32 and 32A, and Part 9 of the Public Contracts Regulations 2006 (as amended). Part 9 of these Regulations provides for appeals to be made to the High Court subject to the tight time limitations and other required procedural steps. The appeal rules are complex and a dissatisfied candidate/ tenderer is advised to take prompt legal advice.
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: 02/05/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Refuse and waste related services.
I.1)Name, Addresses and Contact Point(s):
LondonWaste Limited
EcoPark, Advent Way, Edmonton, London, N18 3AG, United Kingdom
Tel. +44 2088845530, Email: jim.kendall@londonwaste.co.uk, URL: www.londonwaste.co.uk
Contact: Commercial Department, Attn: Mr Jim Kendall
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./6Y9V7D6K88
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Municipal Waste Rail Transfer and Treatment
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 16
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Refuse and waste related services. Refuse transport services. LondonWaste Limited (LWL) manages the treatment and disposal of municipal waste for the North London Waste Authority (NLWA). Since December 2009, the company has operated as a wholly owned subsidiary of NLWA.Residual waste collected by NLWA boroughs is delivered to one of three locations•The EcoPark in LB Enfield•The Hornsey St Waste & Recycling Centre in LB Islington•The Hendon Rail Transfer Station (RTS) in LB BarnetThe majority of the waste deposited at the Hendon RTS is collected by the boroughs of Barnet and Camden and is comprised of mixed municipal waste categorised under EWC code 20 03 01. The contract will comprise the following services:•Rail haulage of the wastes from Hendon RTS to a suitably licensed facility•Treatment/disposal of the wastes
II.1.5)Common procurement vocabulary:
90500000 - Refuse and waste related services.
90512000 - Refuse transport services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Quality - 40
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: Hendon Transfer 2014
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 03/11/2014
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: FCC Waste Services (UK) Ltd
Postal address: Ground Floor West, 900 Pavillion Drive, Northampton Business Park
Town: Northampton
Postal code: NN4 7RG
Country: United Kingdom
Telephone: +44 1604826200
Fax: +44 1604826201
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 25,114,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=118900024
GO-2014117-PRO-6146558 TKR-2014117-PRO-6146557
VI.3.1)Body responsible for appeal procedures:
LondonWaste Ltd
Advent Way, London, N18 3AG, United Kingdom
VI.3.2)Lodging of appeals: LondonWaste will act in accordance with Regulations 32 and 32A, and Part 9 of the Public Contracts Regulations 2006 (as amended). Part 9 of these Regulations provides for appeals to be made to the High Court subject to the tight time limitations and other required procedural steps. The appeal rules are complex and a dissatisfied candidate/ tenderer is advised to take prompt legal advice.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 07/11/2014