Transportation and Treatment of Organic Waste London
The Royal Borough of Greenwich (the Council) is seeking to let a contract for the transportation and treatment of organic (food/green) waste.
United Kingdom-London: Refuse and waste related services
2015/S 042-072547
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Borough of Greenwich
3rd Floor, Woolwich Centre, 35 Wellington Street, Woolwich
For the attention of: Peter Norman
SE18 6HQ London
UNITED KINGDOM
Telephone: +44 2089215605
E-mail: procurement@royalgreenwich.gov.uk
Internet address(es):
General address of the contracting authority: www.royalgreenwich.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
I.3)Main activity
Environment
Health
Housing and community amenities
Recreation, culture and religion
Education
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: Royal Borough of Greenwich.
NUTS code UKI21
II.1.5)Short description of the contract or purchase(s)
It is envisaged that the contract let will be for the transportation and treatment of co-mingled organic waste at an operational treatment facility (or facilities) and for the disposal of residues. However the Council reserves the right to adopt a contract structure that best meets its needs.
The contract is not intended to include any waste collection function other than transportation of organic waste from the Council’s Waste Transfer Station at Nathan Way, West Thamesmead Business Park, London SE28 0AB and delivery to the nominated treatment facility/facilities. The Council anticipates that bidders may wish to nominate sub-contractors for the haulage elements of the contract.
It is envisaged that the contract will be for 12 years in duration commencing on 1.10.2015 with an Authority voluntary break point at year six. The estimated tonnages of organic waste to be treated on behalf of the Council are in the region of 15 000 tonnes per annum.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90510000, 90512000, 90513000
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
II.2.3)Information about renewals
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: Further information can be found in the tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire available from the address in section I.1.
III.2.3)Technical capacity
As set out in the Pre-Qualification Questionnaire available from the address in section I.1.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire available from the address in section I.1.
III.3.1)Information about a particular profession
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
Prior information notice
Notice number in the OJEU: 2014/S 247-436396 of 23.12.2014
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.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales, Royal Courts of Justice
Strand
WC1A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.justice.gov.uk
Body responsible for mediation procedures
High Court of England and Wales, Royal Courts of Justice
Strand
WC1A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.justice.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
Cabinet Office 70 Whitehall
SW1A 2AS London
UNITED KINGDOM
E-mail: publiccorrespondence@cabinet-office.gsi.gov.uk
Telephone: +44 2072763000
Internet address: http://www.gov.uk/government/organisations/cabinet-office
VI.5)Date of dispatch of this notice: