Provision of Residual Waste Treatment Services Widnes
The provision of services for treatment and diversion from landfill of approximately 31,000 tonnes per annum of collected residual municipal solid waste (“MSW”) collected by or on behalf of Halton Borough Council (“HBC”).
UK-Widnes: refuse and waste related services
2012/S 230-379057
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Halton Borough Council
Kingsway House, c/o Municipal Building, Kingsway
Contact point(s): Procurement
For the attention of: Mr Lee Hardy
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 1515118165
Internet address(es):
General address of the contracting authority: www2.halton.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1966
Further information can be obtained from: Please direct all queries through www.the-chest.org.uk
UNITED KINGDOM
Telephone: +44 1515118165
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: All documents can be obtained electronically via www.the-chest.org.uk
UNITED KINGDOM
Telephone: +44 1515118165
Tenders or requests to participate must be sent to: All documents must be returned electronically via www.the-chest.org.uk
UNITED KINGDOM
Telephone: +44 1515118165
Section II: Object of the contract
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: In and around the Halton Brough area.
NUTS code UKD21
HBC, in partnership with the Merseyside Recycling and Waste Authority (“MRWA”) has already secured a contract for the management of recyclables and compostables. HBC has also secured a contract for landfill disposal of MSW, and is involved, with MRWA, 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.
HBC is now seeking to procure capacity at residual waste treatment facilities to divert collected residual MSW for the period up to the commencement of the services under the Resource Recovery Contract. Capacity will be required from May 2013.
The initial contract period is from 1st May 2013 to 31st March 2015, but the contract is intended to cover the period up to the proposed commencement of HBC’s waste deliveries to the Merseyside and Halton Resource Recovery Contract (RRC).
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=95257.
90500000
This procurement refers to the short term capacity contract for the treatment of collected residual MSW only and not to the treatment of segregated recyclates or garden waste.
Tenderers shall submit a service delivery plan detailing the waste delivery point(s), method of treatment and proposed diversion rates.
Estimated value excluding VAT: 9 700 000 GBP
Description of these options: In the event that the commencement of waste deliveries to the RRC is after the initial contract period, there shall be an option for Halton BC only to extend in part year or full year increments, up to the revised start of the RRC. This HBC option to extend services shall be a requirement of the successful contractor. In any event extensions will be for a maximum of 2 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
A financial check will be undertaken on Limited Companies expressing an interest in this tender. Details can be found in the online Mandatory Information Questionnaire at www.the-chest.org.uk.
Financial information will be required from organisations who are not Limited Companies or who have formed within the last 2 years. Details can be found in the online Mandatory Information Questionnaire at www.the-chest.org.uk.
(1) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(2) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
A full list of requirements can be obtained from documentation available via www.the-chest.org.uk.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 80
2. Quality. Weighting 20
Other previous publications
Notice number in the OJEU: 2012/S 131-217822 of 11.7.2012
Section VI: Complementary information
All tenderers must register as a supplier and express an interest at https://www.the-chest.org.uk to be considered for this tender.
All tender documentation will be made available to tenderers on The Chest and must be returned to Halton Borough Council electronically via The Chest.
(MT Ref:95257).
Mark Reaney
Legal Services, Halton Borough Council, Kingsway
WA8 7QF Widnes
UNITED KINGDOM
Internet address: www2.halton.gov.uk
VI.5)Date of dispatch of this notice:26.11.2012