Collection and Treatment of Wood Waste for Newport City Council
Newport City Council is seeking a suitable contractor for the provision of services for collection, transportation and treatment of civic amenity wood waste.
United Kingdom-Newport: Wood waste
2014/S 075-130064
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Newport City Council
Civic Centre
Contact point(s): Waste Management
For the attention of: Carl Touhig
NP20 4UR Newport
UNITED KINGDOM
Telephone: +44 1633656656
E-mail: carl.touhig@newport.gov.uk
Internet address(es):
General address of the contracting authority: www.newport.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0273
Further information can be obtained from: Newport City Council
Civic Centre
For the attention of: Richard Ryan
NP20 4UR Newport
UNITED KINGDOM
Telephone: +44 1633656656
E-mail: richard.ryan@newport.gov.uk
Internet address: www.newport.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Newport City Council
Civic Centre
For the attention of: Head of Law and Standards
NP20 4UR Newport
UNITED KINGDOM
Telephone: +44 1633656656
Internet address: www.newport.gov.uk
Section II: Object of the contract
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Newport, South Wales.
NUTS code UK
The aim of this contract is to achieve maximum levels of recovery and recycling, and diversion from landfill, of the wood waste in accordance with the waste hierarchy and Welsh Government Wales Waste Measure.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=9044.
03416000, 90500000, 90514000
Description of these options: Initial Contract period 1.7.2014 to 30.6.2016 with an option to extend for a further period of 1 year.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
A Creditsafe assessment will be undertaken on all tenderers. Tenderers must achieve a Creditsafe score of 30 or above to pass the financial assessment
(1) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(3) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Ensure the transport company are at all times Registered Waste Carriers and comply with the waste Duty of Care, as Environmental Protection Act 1990.
Section IV: Procedure
Place:
Newport City Council.
Section VI: Complementary information
Centre for Effective Dispute Resolution, International Dispute Resolution Centre (‘CEDR’)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:11.4.2014