Landfill Management Services Swansea
City and County of Swansea.
UK-Swansea: landfill management services
2012/S 82-134779
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
City and County of Swansea
City and County of Swansea, Civic Centre, Oystermouth Road
SA1 3SN Swansea
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://https://etenderwales.bravosolution.co.uk
Address of the buyer profile: http://https://etenderwales.bravosolution.co.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:
Procurement of waste partner.
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 UKL18
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The City and County of Swansea is seeking an interim solution for the disposal of its residual waste from early 2013 until a regional solution is put in place (anticipated no earlier than 2018). At the end of the arrangement the contractor in conjunction with the Authority, will be jointly responsible for the closure of the existing land fill site at Tir John.
The Authority is seeking a partner to either:
Develop the site partially or fully and share risks/benefits and manage the closure plan.
Or Provide landfill elsewhere or an alternative disposal solution and manage the closure plan.
This list is not exclusive and the Authority will consider other business models providing they meet the Authority‘s waste and economic requirements until at least 2018.
The current arrangement for the disposal of residual waste is managed through its arms length waste disposal company, Swansea City Waste Disposal Company Limited (SCWDCL) who operate Tir John landfill site.
Tir John has, since the 1960s, fulfilled landfill requirements for residents and commercial contractors in South West Wales. The facility is adjacent to the Crymlyn Bog, which is a designated Special Area of Conservation (SAC).
The site is approximately 80 % complete and has the potential to provide a further 1 200 000 cubic metres of void space. The Authority estimate it will require for its own purposes a void space of approximately 60 000 cubic metres per annum (subject to recycling rates and LAS allowances).
The current operational cell at Tir John (cell 15) has a life expectancy of approximately 18 months from this time, based on current disposal rates.
If no further development is undertaken after the current cell 15 then the expected costs for remediation and closure of Tir John are 4.5M GBP. This does not include ongoing maintenance. The Authority has made provision for this within its current capital budget.
Initial estimates suggest that the construction cost to further develop the 1 200 000 cum of void space is in the region of 5M GBP, this does not include the remediation and closure costs as set out above. An application to vary the site permit on this basis was lodged with the Environment Agency in March 2012, the details of which will be made available to companies who satisfy the requirements of the pre qualification questionnaire.
The authority is proposing to procure a solution by using the competitive dialogue process which it anticipates will take no longer than 9 months to identify a solution and select a preferred bidder.
Community Benefits apply to this contract, Further details: To be included in dialogue as process develops towards final solutions.
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
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:
The Authority will need to dispose of approximately 360 000 tonnes of material during the contract period. At current rates this would amount to a sum of 12 000 000 GBP excluding landfill tax. It will also need to remediate and close the site at an estimated cost of 4 500 000 GBP.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.1.2013. Completion 31.12.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The economic operators may be required to participate actively in the achievement of social and environmental policy objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
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: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(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 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 those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2: and maximum number 4
Objective criteria for choosing the limited number of candidates: The scoring methodology as set out below will be based on quality and extent of relevant information submitted.
1 – Not met or no evidence provided
5 – Partially met with supporting evidence
10 – Fully met or compliant with evidence
Scores between 1 and 5 or 5 and 10 will be applicable if the quality and extent of the relevant information submitted falls somewhere between these parameters.
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 yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Financial. Weighting 60 – 70 %
2. Technical capacity. Weighting 10 – 20 %
3. Legislative. Weighting 10 %
4. Sustainability. Weighting 10 %
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:
CCS/ENV/072/12
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 292442 of 14.9.2011
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: 1.6.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.6.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.4.2012
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 1.6.2012 – 12:01
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
The City and County of Swansea will be conducting this procurement exercise through the Value Wales e-Tendering portal at www.etenderwales.bravosolution.co.uk. All information shall be downloaded and returned though this channel. For assistance, please contact the eTendering Helpdesk using the contact details on the website. The Project Code required to locate this tendering opportunity is……….
Buy4Wales Reference Number: 29676.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Legal, Democratic Services & Procurement
City and County of Swansea, Civic Centre
SA1 3SN Swansea
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within three months). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Legal, Democratic Services & Procurement
City and County of Swansea, Civic Centre
SA1 3SN Swansea
UNITED KINGDOM
VI.5)Date of dispatch of this notice:24.4.2012