Municipal Waste Rail Transfer and Treatment
LWL is now seeking expressions of interest from organisations willing and able to undertake the following services: Rail haulage of the wastes from Hendon RTS to a suitably licensed facility, Treatment/disposal of the wastes.
United Kingdom-London: Refuse and waste related services
2014/S 087-152642
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LondonWaste Limited
EcoPark, Advent Way, Edmonton
Contact point(s): Commercial Department
For the attention of: Mr Jim Kendall
N18 3AG London
UNITED KINGDOM
Telephone: +44 2088845530
E-mail: jim.kendall@londonwaste.co.uk
Internet address(es):
General address of the contracting authority: www.londonwaste.co.uk
Electronic access to information: https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./6Y9V7D6K88
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
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
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Residual waste collected by NLWA boroughs is delivered to one of three locations
— The EcoPark in LB Enfield,
— The Hornsey St Waste & Recycling Centre in LB Islington,
— The Hendon Rail Transfer Station (RTS) in LB Barnet.
The majority of the waste deposited at the Hendon RTS is collected by the boroughs of Barnet and Camden and is comprised of mixed municipal waste categorised under EWC code 20 03 01. LWL is now seeking expressions of interest from organisations willing and able to undertake the following services:
— Rail haulage of the wastes from Hendon RTS to a suitably licensed facility,
— Treatment/disposal of the wastes.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90512000
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: It is anticipated that the contract will commence on 16.12.2014 and will continue until 15.12.2017, with the option (at LWL’s sole discretion) of extending beyond this date on up to three occasions and for a maximum period not exceeding 3 years.
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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: Please refer to the conditions of contract and other documents to be issued with the Invitation To Tender.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
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
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
LondonWaste shall take such statements into consideration in the event that it receives a request pursuant to FOIA or EIR which relates to the information provided by a Supplier. However, if the information is requested LondonWaste may be obliged to under FOIA and/or EIR to disclose such information, irrespective of the supplier’s wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
LondonWaste is not bound to accept the lowest or any bid and nothing in the PQQ or ITT shall oblige LWL to award a Contract and the company shall be able at its sole discretion to withdraw from negotiations at any stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Refuse-and-waste-related-services./6Y9V7D6K88
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6Y9V7D6K88
GO Reference: GO-201452-PRO-5644115
VI.4.1)Body responsible for appeal procedures
LondonWaste Ltd
Advent Way
N18 3AG London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: