Framework Agreement for Waste Management Services
The Partnership, through its lead authority, the London Borough of Croydon, is seeking to establish a panel of waste management contractors which will be able to perform waste management services to the Partnership and its constituent members from time to time.
United Kingdom-London: Refuse and waste related services
2014/S 199-351795
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Croydon
Commissioning and Procurement Team, 12A Bernard Weatherill House, 8 Mint Walk
Contact point(s): www.londontenders.org
CR1 0EA London
UNITED KINGDOM
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
Main site or location of works, place of delivery or of performance: It is expected that the services will be performed for the benefit of local authorities within the Greater London area, and the initial participants are the London Borough of Croydon (‘LBC’), LBM, LBS and RBK. Other London Boroughs, and potentially local authorities outside the boundaries of Greater London, may subsequently choose to purchase using the framework agreement.
NUTS code UKI2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is intended that the framework agreement will operate on the basis of 2 main lots (lot 1 and 2), with lot 2 further divided into 5 sub-lots for individual categories of waste (2.1 to 2.5 inclusive), in each case as described in Annex B. Candidates may bid for 1, more than 1, or all lots or sub-lots as they wish.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90511000, 90511100, 90511200, 90512000, 90530000, 90511400, 90533000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: Option on the part of the contracting authority to extend the term of the framework agreement by a period of two (2) years: see section II.2.1.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Comingled Recyclates
1)Short description
The relevant contractor(s) to collect the commingled material under Lot 1 from the Merton Transfer Station (MTS).
2)Common procurement vocabulary (CPV)
90500000, 90511000, 90511100, 90511200, 90512000, 90530000, 90511400, 90533000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Kerbside sorted Recyclates
1)Short description
1) Short description:
RBK to deliver the segregated recyclates under Lot 2.1 to a receipt point provided by the relevant contractor(s) only. There is no option for bidders to collect from a transfer station under this Lot 2.1.
Sub-Lot title: Kerbside sorted Recyclates — Cans EWC 20 01 40
1) Short description: RBK to deliver the segregated recyclates under Lot 2.2 to a receipt point provided by the relevant contractor(s) only. There is no option for bidders to collect from a transfer station under this Lot 2
Sub-Lot title: Kerbside sorted Recyclates — Card EWC 20 01 01
1) Short description: RBK to deliver the segregated recyclates under Lot 2.3 to a receipt point provided by the relevant contractor(s) only. There is no option for bidders to collect from a transfer station under this Lot 2
Sub-Lot title: Kerbside sorted Recyclates — Plastic EWC 20 01 39
1) Short description: RBK to deliver the segregated recyclates under Lot 2.4 to a receipt point provided by the relevant contractor(s) only. There is no option for bidders to collect from a transfer station under this Lot
Sub-Lot title: Kerbside sorted Recyclates — Glass EWC 20 01 02
1) Short description: RBK to deliver the segregated recyclates under Lot 2.5 to a receipt point provided by the relevant contractor(s) only. There is no option for bidders to collect from a transfer station under this Lot
2)Common procurement vocabulary (CPV)
90500000, 90511000, 90511100, 90511200, 90512000, 90530000, 90511400, 90533000
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.1.1)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
Description of particular conditions: The service provider will be required to participate actively in the achievement of social and/or environmental policy objectives. Accordingly contract performance conditions may relate in particular (but without limitation) to social and environmental considerations.
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 Pre-qualification questionnaire (‘PQQ’) and associated guidance document. Economic operators can formally express interest and lodge a request to be selected by completing and returning a PQQ by the date specified in section IV 3.4. A PQQ, associated guidance document and a background information document are available free of charge via the portal detailed in Section I.1 (www.londontenders.org).
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the PQQ.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A breakdown of the estimated numbers to be invited to tender for each individual Lot/Sub-Lot has been provided at Annex B.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
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.3.5)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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Lot 1: Commingled Recyclates.
These recyclates are collected from residents by LBS and LBM. The Partnership considers that there are two service options available to bidders under Lot 1:
— option 1: Contractor nominated receipt point
The relevant contractor(s) to provide a receipt point for the commingled material under Lot 1 from either the LBM or LBS rear collection vehicles (‘RCVs’). Such a receipt point must be within the relevant ‘contracting authority’s’ boundary (i.e. LBM or LBS as applicable). This limitation will enable the collection vehicles to re-route without the requirement to add additional crews.
The receipt point does not need to be the final processing destination, but it will need to be a suitably licensed facility and able to accept the RCVs.
or
— option 2: Collection from the LBM authority transfer station
The relevant contractor(s) to collect the commingled material under Lot 1 from the LBM authority transfer station located at Amenity Way, Morden, SM4 4AX (the “MTS”). The MTS is owned and operated by LBM.
Those bidding under Lot 1 will need to decide its preferred service option from the above and price on the basis of the same in accordance with the procurement documentation.
Lot 2: Kerbside Sorted Recyclates.
Lot 2 comprises source segregated recyclates and is divided into five sub-lots which are as follows:
— Sub-lot 2.1 — paper;
— Sub-lot 2.2 — cans;
— Sub-lot 2.3 — card;
— Sub-lot 2.4 — plastic; and
— Sub-lot 2.5 — glass.
RBK will deliver the segregated recyclates under each sub-lot to a receipt point provided by the relevant contractor(s) within 40 road miles of the RBK transfer station located on Chapel Mill Road, (off Villiers Road) Kingston, postcode KT1 3GZ at Villiers Road, in Kingston (the ‘KTS’). There is no option for bidders to collect from a transfer station under this Lot 2.
Bidders are able to bid for one or more of sub-lots 2.1-2.5.
RBK currently operates a kerbside sort collection of recyclable materials whereby the materials are collected at the kerbside and sorted into stillage vehicles at the point of collection. The materials are then transferred to the KTS. The collection service is operated by Veolia and the KTS is managed by Viridor.
The material, once received at the KTS, is kept segregated and undercover and will be bulked into articulated vehicles for onward transfer to the relevant contractor(s) receipt point/s.
Expressions of interest must be by way of completion and return of a PQQ, which is available upon request from the London Tenders Portal atwww.londontenders.org by the date specified in section IV.3.4.
The contracting authority on behalf of the Partnership reserves the right, subject to the provisions of the Public Contracts Regulations 2006 (as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Procurement (Miscellaneous Amendments) Regulations 2011) and other appropriate rules governing public procurement, to change without notice the basis of, or the procedures for, the competitive tendering process or to terminate the process at any time prior to award of any framework agreement.
The contracting authority on behalf of the Partnership does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, to call for new tenders should it consider this necessary, or to modify or abandon this procurement or any part of it. No contracting authority who is a member of the Partnership shall be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, nor in the completion or submission of any tender.
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The High Court of Justice
Royal Courts of Justice, The Strand
WC2A 2LL
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: