Interim Waste Treatment Framework
The provision of services for treatment and diversion from landfill of up to 200,000 tonnes per annum of residual municipal solid waste. UK-Liverpool: refuse and waste related services
2012/S 24-039318
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Merseyside Waste Disposal Authority
Sixth Floor, North House, 17 North John Street
For the attention of: John Connell
L2 5QY Liverpool
UNITED KINGDOM
Telephone: +44 1512551444
E-mail: Procurement@merseysidewda.gov.uk
Fax: +44 1512271848
Internet address(es):
General address of the contracting authority: http://www.merseysidewda.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
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Interim Waste Treatment Framework.
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: Merseyside or such other location as contractors propose.
NUTS code UKD5
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: 4
II.1.5)Short description of the contract or purchase(s)
The provision of services for treatment and diversion from landfill of up to 200,000 tonnes per annum of residual municipal solid waste (“MSW”) collected by or on behalf of waste collection authorities in Merseyside or delivered to Household Waste Recycling Centres by the public and for which Merseyside Waste Disposal Authority (“MWDA”) is responsible for disposal.
MWDA, in partnership with five District Councils of Merseyside is engaged in implementing a long term joint waste management strategy to achieve or exceed the MSW recycling, recovery, and diversion from landfill targets established by the partnership. The implementation of the strategy requires new waste management facilities and services which MWDA is procuring through a series of service contracts.
MWDA has already awarded contracts for the management of recyclables and compostables and for landfill disposal of MSW and is in the process of procuring a long term contract for the diversion of residual MSW from landfill: the “Resource Recovery Contract” (Contract Notice
2007/S 131-161090). It is anticipated that the services provided under the Resource Recovery Contract will commence in 2015.
MWDA is now seeking to procure capacity at residual waste disposal facilities to divert residual MSW for the period up to the full commencement of the services under the Resource Recovery Contract. Capacity is anticipated to be required from June 2012.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90000000, 90510000, 90512000, 90513000, 90513100, 90513200
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is anticipated that the scope of the Framework Agreement will be for up to 200 000 tonnes of MSW to be diverted from landfill per annum and the tonnage will be award by mini-competitions. The volume of waste is approximate only and the exact volumes will be to such level as MWDA considers necessary to provide suitable requirements.
This procurement refers to the short term capacity contract(s) for the treatment of MSW only and not to the treatment of segregated recyclates, food waste or garden waste. Contractors will be required to achieve a minimum diversion from landfill rate of 50 %.
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
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
MWDA reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be provided in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
MWDA reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or require that each party undertakes joint or several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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 specified in the Pre-Qualification Questionnaire (“PQQ”).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in the PQQ.
Minimum level(s) of standards possibly required: As specified in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in the PQQ.
Minimum level(s) of standards possibly required:
As specified in the PQQ.
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
Envisaged number of operators: 10
Objective criteria for choosing the limited number of candidates: As specified in the PQQ.
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
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
5.3.2012 – 13:00
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
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
MWDA reserves the right to change without notice the procedure for appointing contractors to the Framework, to reject all or any bids for the framework opportunity, to terminate discussions with any or all interested tenderers and/or stop the process and not to appoint a contractor to the framework at any time without liability on MWDA’s part.
MWDA is not liable for any costs (including any third party costs, fees or expenses) incurred by those expressing an interest in or tendering for this opportunity.
Acceptance of any contractor onto the framework agreement by MWDA is not a guarantee of any work, or continuity of work. MWDA is under no obligation to place all or any work under the Framework.
Prices submitted by Applicants invited to tender for appointment to the Framework must be within MWDA’s affordability envelope (as detailed further in the PQQ document), and any tender submitted which includes prices in excess of the affordability envelope will be rejected.
Any agreement entered into will be governed by English Law and will be subject to the exclusive jurisdiction of the English Courts.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Any appeal under this process should be addressed to the contact in point I.1.
Body responsible for mediation procedures
See I.1 above.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: See I.1 above.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.2.2012