Ryedale District Council and North Yorkshire County Council are inviting tenders from organisations who will be holding a valid Environmental Permit to accept garden waste collected from kerbside domestic waste collection rounds and Household Waste Recycling Centres.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ryedale District Council
Old Malton Road
For the attention of: Mr Dale Casson
YO17 7HH Malton
UNITED KINGDOM
Telephone: +44 1653600666
E-mail: dale.casson@ryedale.gov.uk
Internet address(es):
General address of the contracting authority: http://www.ryedale.gov.uk/
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://www.yortender.co.uk
Further information can be obtained from: Ryedale District Council
Old Malton Road
For the attention of: Mr Dale Casson
YO17 7HH Malton
UNITED KINGDOM
Telephone: +44 1653600666
E-mail: dale.casson@ryedale.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ryedale District Council
Old Malton Road
For the attention of: Mr Dale Casson
YO17 7HH Malton
UNITED KINGDOM
Telephone: +44 1653600666
E-mail: dale.casson@ryedale.gov.uk
Tenders or requests to participate must be sent to: Ryedale District Council
Old Malton Road
For the attention of: Mr Dale Casson
YO17 7HH Malton
UNITED KINGDOM
Telephone: +44 1653600666
E-mail: dale.casson@ryedale.gov.uk
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: yes
North Yorkshire County Council
County Hall
DL7 8AD Northallerton
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Green Waste Composting / Recycling.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKE2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Ryedale District Council and North Yorkshire County Council are inviting tenders from organisations who will be holding a valid Environmental Permit to accept garden waste collected from kerbside domestic waste collection rounds and Household Waste Recycling Centres, to then compost the material, in accordance with Environment Agency regulations. This tender process is designed to be compliant with EU procurement regulations. For efficiency of operations, RDC will be required to apply the ‘proximity principle’ when transporting waste materials, which will result in a percentage of garden waste being delivered to a number of composting sites across the District. Could you indicate in the table below how different quantities of garden waste delivered to your composting site would affect ‘Gate Fee’ values. Contract Duration: The above contract will be for an initial three year period, with option to extend by a further 12 months. Collections: Garden waste for composting is collected from households across Ryedale District using refuse collection vehicles, with an additional tonnage coming from Household Waste Recycling Centres (skip sites) Garden waste is collected Monday to Friday, except where public holidays occur (in which case access to the composting site would be required on a Saturday). There is a reduced service in winter months of December, January and February. Tonnages: For the purpose of this exercise, Ryedale District is split into seven zones. A zone map is posted on the YORtender website — Contract Reference: A6HM-XECIEE The seven zones comprise: Malton and Norton towns Pickering Town and Thornton le Dale The A170 Corridor from Middleton to Sutton Bank Villages around the B1257 (Malton to Helmsley) Villages along the A64 (Malton to Sand Hutton) Villages along the A64 (Malton to Staxton) — Wolds area North York Moors area (north of the A170) The total annual quantity of garden waste available in the District is in excess of 5 000 t and RDC would be looking to expect a minimum of 500 t per composting site, per year. However, based on current averages this is more likely to be around a 1 000 t per composting site, per year. It will be a requirement that all vehicle loads of delivered garden waste will require a weight ticket to assist with accurate data collection and to avoid potential vehicle overloading issues. An on-site weighbridge at the composting site would be beneficial, to enable RDC to provide efficient and effective services, avoiding unnecessary vehicle journeys to off-site weighing facilities. Tariff/margins must not be subject to annual inflationary increases in the first 3 years of the contract. RPI (or similar) increases can be proposed for year 4.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
Ryedale District Council and North Yorkshire County Council are inviting tenders from organisations who will be holding a valid Environmental Permit to accept garden waste collected from kerbside domestic waste collection rounds and Household Waste Recycling Centres, to then compost the material, in accordance with Environment Agency regulations. This tender process is designed to be compliant with EU procurement regulations. For efficiency of operations, RDC will be required to apply the ‘proximity principle’ when transporting waste materials, which will result in a percentage of garden waste being delivered to a number of composting sites across the District. Could you indicate in the table below how different quantities of garden waste delivered to your composting site would affect ‘Gate Fee’ values. Contract Duration: The above contract will be for an initial three year period, with option to extend by a further 12 months. Collections: Garden waste for composting is collected from households across Ryedale District using refuse collection vehicles, with an additional tonnage coming from Household Waste Recycling Centres (skip sites) Garden waste is collected Monday to Friday, except where public holidays occur (in which case access to the composting site would be required on a Saturday). There is a reduced service in winter months of December, January and February. Tonnages: For the purpose of this exercise, Ryedale District is split into seven zones. A zone map is posted on the YORtender website — Contract Reference: A6HM-XECIEE The seven zones comprise: Malton and Norton towns Pickering Town and Thornton le Dale The A170 Corridor from Middleton to Sutton Bank Villages around the B1257 (Malton to Helmsley) Villages along the A64 (Malton to Sand Hutton) Villages along the A64 (Malton to Staxton) — Wolds area North York Moors area (north of the A170) The total annual quantity of garden waste available in the District is in excess of 5 000 t and RDC would be looking to expect a minimum of 500 t per composting site, per year. However, based on current averages this is more likely to be around a 1 000 t per composting site, per year. It will be a requirement that all vehicle loads of delivered garden waste will require a weight ticket to assist with accurate data collection and to avoid potential vehicle overloading issues. An on-site weighbridge at the composting site would be beneficial, to enable RDC to provide efficient and effective services, avoiding unnecessary vehicle journeys to off-site weighing facilities. Tariff/margins must not be subject to annual inflationary increases in the first 3 years of the contract. RPI (or similar) increases can be proposed for year 4.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See contract information available on YORtender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See contract information available on YORtender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See contract information available on YORtender.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See contract information available on YORtender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See contract information available on YORtender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See contract information available on YORtender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See contract information available on YORtender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
0012
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 30.3.2016 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.3.2016 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders
Date: 30.3.2016 – 14:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.2.2016