Waste Collection Services Tender Somerset
Residual Waste Treatment and/or Disposal Services.
United Kingdom-Bath: Refuse disposal and treatment
2016/S 098-175930
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Ms Lisa Gore
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394280
E-mail: lisa_gore@bathnes.gov.uk
Internet address(es):
General address of the contracting authority: www.bathnes.gov.uk
Electronic submission of tenders and requests to participate: www.supplyingthesouthwest.org.uk
Further information can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Ms Lisa Gore
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394280
E-mail: lisa_gore@bathnes.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Ms Lisa Gore
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394280
E-mail: lisa_gore@bathnes.gov.uk
Tenders or requests to participate must be sent to: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Ms Lisa Gore
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394280
E-mail: lisa_gore@bathnes.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Due to the scope of the services and the nature of the residual waste, the Council is requesting bids for 2 separate Lots within this competitive tender process. Bids are invited for 1 or both Lots, as detailed in II.2.1 below.
It is planned that the Contract(s) for Lot 1 will commence on 1.10.2016 (‘the Commencement Date’) and continue for a Term of 2 years, with a right for the Council to extend the Term on 1 or more occasions up to 31.10.2020.
Whereas Contract(s) for Lot 2 will commence on 1.11.2016 (‘the Commencement Date’) and continue for a Term of 2 years, with a right for the Council to extend the Term on 1 or more occasions up to 31.10.2020.
II.1.6)Common procurement vocabulary (CPV)
90510000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
LOT 1 — Treatment Services — Kerbside Residual Waste.
LOT 2 — Treatment and/or Disposal Services — Bulky Residual Waste.
The Council may award more than one Contract within each Lot where it demonstrates value for money to do so, and consideration will be given to the proximity principle and the environmental impact of tenders when awarding the Contract(s).
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The questionnaire set out in the Invitation to Tender, specifies the
information each organisation is required to submit with its tender to enable
the Council to evaluate, inter alia, each organisations economic, financial,
technical, and professional capacity including confirmation from each
organisation that it is eligible to tender in accordance with
the Public Contract Regulations 2015 (‘the Regulations’).
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Notwithstanding evaluation of the information provided to the Council in accordance with the invitation to tender, the Councils minimum requirement for financial considerations (in accordance with regulation 16 (7) of the Regulations), relates to the following: Each organisation must be in a sound financial position to participate in the procurement. This will entail independent financial checks of the last 2 years financial accounts. The Council’s has 4 key minimum requirement for financial considerations of which all must be passed before a full financial assessment is carried out, these being: (a) In accordance with regulation 16 (7) of the Regulations, relates to the contract limit, which is the maximum contract value that a tenderer should be expected to tackle within its financial capacity. (i) The Council will use a notional calculation to calculate the contract limit, based on turnover of the tenderer in order to confirm whether the tenderer is large enough to perform the contract. The contract limit is calculated by matching the tenderers turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51 % of the turnover figure used it is unlikely that the tenderer on its own, has adequate resources to perform the services. (ii) By exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable. (b) If there is an adverse auditors report to the latest accounts, depending on the details, contractors will fail at this point. (c) If a contractor is showing continual losses in their accounts this will be deemed a fail. (d) If the net worth of a contractor is in a negative position this will be deemed as fail. If a contractor passes the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJ’s a contractor may have against them, and any adverse information on company Directors. Failure to pass any of the above 4 key criteria will result in a fail and the bidder will be eliminated from the procurement process. Each ratio and other criteria will carry a points score of ‘0’ for fail and ‘1’ for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk based scoring model where contractors will be assessed as Low, medium or high risk. Lower and medium risk bids will be assessed as a ‘pass’. High risk bids will fail and be eliminated from the procurement process. 2.1.3 The Council will also undertake a financial assessment of the tenderer, sub-contractors (if known) and if applicable the parent company including an audit of their last two years accounts. The Council must be confident of a suppliers ability to fulfil a contract.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met: The questionnaire set out in the Invitation to Tender, specifies the information each organisation is required to submit with its tender to enable the Council to evaluate, inter alia, each organisations economic, financial, technical, and professional capacity including confirmation from each organisation that it is eligible to tender in accordance with the Public Contract Regulations 2015 (‘the Regulations’).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Service Delivery Plan. Weighting 30
3. Tender Questionnaire. Weighting 10
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
See VI.4.2 below
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Management of Household Waste Recycling Centres Blackburn
Gloucestershire County Council Premises Waste Services
Selby District Council Green Waste Composting Framework
Contract for 2016 Interim Residual Waste Treatment