Disposal Services for Municipal Waste
Essex County Council in partnership with Southend on Sea Borough Council (The Partnership) is seeking to procure a contract or contracts for waste management activities.
UK-Chelmsford: sewage, refuse, cleaning and environmental services
2012/S 69-114739
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Essex County Council
County Hall, Market Road
For the attention of: Laraine Tolson
CM1 1LX Chelmsford
UNITED KINGDOM
Telephone: +44 8457430430
E-mail: email2workspace-prod+ECC+WS30640341+yo3y@ansmtp.ariba.com
Internet address(es):
General address of the contracting authority: http://www.essex.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)
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
Southend on Sea Borough Council
Civic Centre, Victoria Avenue
SS2 6ER Southend on Sea
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
2191 – Disposal Services for Municipal Waste.
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
Main site or location of works, place of delivery or of performance: No restrictions, however it is anticipated this will predominantly be in and around the county of Essex.
NUTS code UKH33
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
II.1.5)Short description of the contract or purchase(s)
Essex County Council in partnership with Southend on Sea Borough Council (The Partnership) is seeking to procure a contract or contracts for waste management activities. This will include, but is not limited to, the transfer, treatment and disposal of municipal residual waste generated within the area covered by the Partnership and will complement the development of the infrastructure proposed to deliver the Essex Partnership’s Waste Strategy.
II.1.6)Common procurement vocabulary (CPV)
90000000, 45222110, 45232470, 45222100, 90510000, 90530000, 90513300, 90513100, 90500000, 90513000, 90512000, 90531000, 90533000
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: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The combined total of consigned waste disposal for the 2011/12 fiscal year consisted of approximately 375 000 tonne of residual municipal waste. Contract(s) are expected to cover all or a proportion of these ongoing residual arisings, however at times there may be a requirement to receive other municipal waste arisings as directed by the partnership.
Waste growth trends coupled with future demographic changes, and increases in waste diversion (reuse, recycling, composting) activity will affect the overall tonnage of municipal waste during the contract period. In addition the development of the proposed infrastructure to deliver the Essex Partnership’s Waste Strategy will impact on future available waste arisings; further details of these proposals can be found at
www.essex.gov.uk/wastestrategy.
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
Information about lots
Lot No: 1 Lot title: Waste Disposal
1)Short description
Acceptance and disposal of municipal waste on behalf of the Partnership.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Waste Treatment and Disposal
1)Short description
Acceptance, transfer, treatment (either mechanical, biological or thermal processing), transport and disposal of municipal waste on behalf of the Partnership.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Waste Transfer and Disposal
1)Short description
Acceptance, transfer, transport and disposal of municipal waste on behalf of the Partnership.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Waste Transfer and Transport
1)Short description
Acceptance, transfer and transport of municipal waste on behalf of the Partnership. Transport will be to a Partnership nominated disposal point or treatment facility.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Waste Transfer
1)Short description
Acceptance and transfer of municipal waste on behalf of the Partnership.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional 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:
The contracting authorities reserve the right to request deposits, guarantee bonds or other forms of security.
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:
Joint and several liability. A consortium bid is acceptable but the contracting authorities reserve the right to require a single/lead contractor to take primary liability or to require that each member of a consortium undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The selected provider(s) will be required to have all appropriate licenses, planning permits and certifications, relevant to the service(s) being provided, as required under UK legislation.
Consideration will be given to those in the process of any such applications.
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: As set out in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documents.
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
Restricted
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
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: yes
Additional information about electronic auction: Essex County Council reserve the right to use an E-auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2191
IV.3.2)Previous publication(s) concerning the same contract
no
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
14.5.2012 – 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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
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:5.4.2012