Destruction and Disposal of Seized Tobacco and Alcohol Products
Tobacco includes cigarettes, hand rolling tobacco, cigars, chewing tobacco, fruit tobacco and other tobacco products including tobacco leaf. Alcohol includes beers, wines, spirits and other drinks. This list of alcohol and tobacco products is not exhaustive.
United Kingdom-Manchester: Non-hazardous refuse and waste treatment and disposal services
2013/S 229-398025
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Government Procurement
Commercial Directorate, Home Office, 15th Floor, West Point, 501 Chester Road, Old Trafford
For the attention of: Julie Wilson, Lee Walsh, Patricia Harris
M16 9HU Manchester
UNITED KINGDOM
Telephone: +44 1612610955 / 1612610954 / 1612610958
E-mail: julie.wilson@homeoffice.gsi.gov.uk, lee.walsh@homeoffice.gsi.gov.uk, patricia.harris@homeoffice.gsi.gov.uk
Fax: +44 1612610982
Internet address(es):
General address of the contracting authority: http://www.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
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: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
Tobacco includes cigarettes, hand rolling tobacco, cigars, chewing tobacco, fruit tobacco and other tobacco products including tobacco leaf. Alcohol includes beers, wines, spirits and other drinks. This list of alcohol and tobacco products is not exhaustive.
The Applicant must be able to securely dispose of any quantity, size and quality of seized tobacco and alcohol products. These may be presented in sealed plastic bags, boxes, loose or palletised.
The majority of tobacco products are destroyed at the Authority’s storage facility in South Yorkshire before being removed for disposal. The Applicant will be expected to come on to the Authority’s storage site between Monday and Friday to destroy the tobacco before removing it for disposal. The Applicant shall provide, operate and maintain the equipment used for tobacco destruction at the Authority’s storage facility.
The Applicant must be able to accept alcohol products for disposal and mixed loads of tobacco and alcohol products for destruction and disposal at their site. These items will be delivered by the Authority’s Haulage Contractor.
It is the Authority’s expectation that the Applicant will seek and maximise every opportunity to generate income from the recycling of tobacco and alcohol waste products and is looking for a monetary return from this waste.
The potential Applicant shall also dispose of any associated packaging including cardboard, bottles, cans and plastic. This list is not exhaustive. Where possible all packaging must be recycled. The Authority is looking for a monetary return from the associated packaging.
The Applicant must provide adequate secure storage within their premises for the Authority’s products which are awaiting destruction and disposal. The Applicant will be responsible for their premises security provisions and for the Authority’s products in their care; The minimum levels of security which the Applicant must provide includes perimeter and internal fencing, controlled access, alarms and monitored CCTV in place 24/7, 365/6 days.
The Applicant must have the flexibility and technical skills to be able to implement and conform to current and future environmental and health and safety legislation.
90513000, 75130000, 90500000, 90510000, 90514000
Estimated value excluding VAT: 2 193 000 GBP
Description of these options: There will be an option to extend the initial 3 year Contract period for up to a further period of one year. At the award stage the Contract will be enabled for use by HM Revenue and Customs (HMRC) and National Crime Agency (NCA). The Contract will be open to other Government Departments, Agencies and Local Authorities. The estimated value of this Contract shown at II.2.1 is indicative of the Authority’s and HMRC usage only.
Section III: Legal, economic, financial and technical information
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting
authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; 12 / 19
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; 6 / 13
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money
laundering.
Revenue compliance checks will be undertaken throughout the tendering exercise using information from HMRC’s records. UK applicants will be required to provide their tax reference numbers, i.e. Value Added Tax registration number, PAYE collection reference, Corporation Tax or Self Assessment reference, as applicable. Overseas or non-UK applicants will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. Applicants unable to demonstrate an acceptable revenue compliance record may be excluded from tendering or from further participation in the tendering exercise.
If a company is a subsidiary, or a member of a group, the above details may also be required in respect of the parent company, or other group member as appropriate. Checks will also be made in respect of any outstanding Civil Penalty actions under the terms of the Immigration and Asylum act 1999, Section 32 and any outstanding penalties may result in applicants being excluded from tendering or from further
participation in this Tendering exercise. If a company is a subsidiary, or a member of a group, the above details may also be required in respect of the Parent Company or other group members.
Company name, registration number, business and registered office address, telephone and facsimile numbers, e-mail address and contact name. Statement of turnover in respect of the required service
only.(Tenders from tenderers whose turnover is judged to be insufficient to support the area of interest may be excluded from further consideration). Details of relevant insurances held (with values and copy
certification), to include, as a minimum, and as applicable, Public Liability and Employers Liability Insurance. If a company is a subsidiary, a member of a group or consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate, and a parent company guarantee may be required (if applicable).
The information required to demonstrate compliance with the minimum standard for reliability having regard to past performance is set out below.
(1) The bidder must supply a list comprising a statement of all the relevant principal services provided in the previous 3 years by the entity or entities specified in A or B below. “Relevant” services is the provision of destruction and disposal of tobacco and alcohol products. Any reference to a “bidder” or “entity” includes reference to a consortium, where relevant, whether or not the consortium has a legal personality.
The criteria by reference to which the principal services have been identified should be stated by the bidder.
A.
The list referred to above must include at least either:
(a) contracts under which relevant services have been provided by the bidder or
(b) a contract (or contracts) under which it has provided relevant services.Where the bidder is an entity that is continuing an undertaking or undertakings (or any part of an undertaking or undertakings) which were previously conducted by one or more other entities (each a
“predecessor entity”), the list of such contracts must include the contracts under which relevant services were provided by each predecessor entity.
B.
Alternatively, where the bidder may rely on other entities (including, in the case of a consortium, members of the consortium) to enable it to perform the Contracts, save as specified below the list must:
(i) describe the function that each such other entity will perform under the Contracts, and
(ii) include at least either:
(a) contracts in respect of relevant services provided by the bidder (or a
predecessor body), and contracts in respect of relevant services provided by any other entity (including any member of the consortium) on which the bidder may intend to rely to enable it to perform the contracts, or
(b) in respect of the bidder or any other such entity, a contract (or contracts) under which relevant services were provided by it and in either case which are relevant to the function that each will perform under the contract(s). Where the bidder is an entity which has been formed for the particular purposes of bidding for the Contracts that is the subject of this Notice, the bidder may comply with paragraph B(ii) above by including in its list contracts under which relevant services were provided by those entities on whom the bidder will rely to perform the contract (or their predecessor entities), instead of the bidder itself.
Where it is envisaged that the bidder will rely on one or more sub-contractors to enable it to perform the contract: in so far as any sub-contractor has not been appointed, the list should describe the function that subcontractor will perform but need not include any contract by such a sub-contractor, and in so far as the anticipated value of any particular sub-contract is less than 5 per cent of the total contract value, the bidder need not comply with the requirements in B(ii) above in relation to that particular subcontract.
(2) The bidder must also provide:
(a) certificates in the form requested in Questionnaire D (Schedules and Certificates) contained in the ITT documentation.
(b) if any such certificate cannot be obtained, an explanation of the steps taken to obtain it and why it is not available and a certificate (in the same form) from the entity that provided the services instead;
(c) if the certificate does not state that the services have been provided
satisfactorily in accordance with the terms of the contract in question, information to show that any reason why they were not so provided will not recur in the performance of the contract.
(3) In considering whether it is satisfied that the minimum standard for reliability based on past performance is met, the Contracting Authority reserves the right to verify the information required and to require the bidder/consortium to clarify or supplement it.
Minimum level(s) of standards possibly required:
Any bidder/consortium must meet the minimum standard in relation to reliability based on past performance.
The minimum standard for reliability having regard to past performance is that the Contracting Authority is satisfied that the contracts required on the list to be provided have been satisfactorily performed in accordance with their terms or, where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the contract to be awarded under the Contracts.
The Contracting Authority will assess whether or not this minimum standard is met at the selection stage.
In addition the Contracting Authority will also re-assess whether this minimum standard is met prior to award.
Section IV: Procedure
Additional information about electronic auction: The planned date for the electronic Reverse Auction (e-Auction)will be included in the Tender documentation. Successful Bidders will be notified of the procedure and exactdate in due course and provided with a training session prior to this date.
Prior information notice
of 23.1.2013
Section VI: Complementary information
This procurement will be managed electronically via the Government Procurement Service’s e-Sourcing Portal.To participate in this procurement, participants must first be registered on the e-Sourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respondtender. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing the buyer, i.e.: julie.wilson@homeoffice.gsi.gov.uk, lee.walsh@homeoffice.gsi.gov.uk or patricia.harris@homeoffice.gsi.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registeredindividual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Portal. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Portal please contact Government Procurement ServiceHelpdesk:
Freephone: +44 3450103503
email: supplier@gps.gsi.gov.uk
VI.5)Date of dispatch of this notice:22.11.2013