Waste and Recycling Tender Devon
T12-0254 – Provision of a Recycling, Recovery and Waste Collection and Disposal Service to the DPT.
UK-Exeter: refuse and waste related services
2012/S 82-134939
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Royal Devon and Exeter NHS Foundation Trust
Gladstone Road, Heavitree
Contact point(s): Procurement Dep’t
For the attention of: Simon Worthy
EX1 2ED Exeter
UNITED KINGDOM
Telephone: +44 1392405408
E-mail: simon.worthy@nhs.net
Fax: +44 1392405410
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)
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: Devon Partnership Trust sites across the County of Devon.
We reserve the right to extend this invitation to tender to cover the following Trusts.
Cornwall and Isles of Scilly Primary Care Trust.
Cornwall Partnership NHS Trust.
Dorset County Hospital NHS Foundation Trust.
Northern Devon Healthcare NHS Trust.
Plymouth Hospital NHS Trust.
Royal Cornwall Hospital NHS Trust.
Royal Devon and Exeter NHS Foundation Trust.
Somerset Partnership NHS Trust.
Somerset Primary Care Trust.
South Devon Healthcare NHS Foundation Trust.
Taunton and Somerset NHS Trust.
Yeovil District Hospital NHS Foundation Trust.
Plus the following public bodies:
Devon and Cornwall Police.
Exeter City Council.
NUTS code UKK4
Duration of the framework agreement
Duration in years: 3
The Trust is looking to maximise recycling and recovery and minimise the amount of waste sent to landfill in accordance with the Trusts Green Agenda / Sustainability Targets. The requested service will involve regular collections and processing of a comprehensive range of segregated recycling schemes, co-mingles recycling streams and residual waste from the various “DPT” sites in Devon.
The service must comply with the relevant UK Environmental Laws.
The contract is expected to be awarded for Three (3) years with extension options covering a further Two (2) off Twelve (12) month periods to commence 1.11.2012.
90500000
The Trust is looking to maximise recycling and recovery and minimise the amount of waste sent to landfill in accordance with the Trusts Green Agenda / Sustainability Targets. The requested service will involve regular collections and processing of a comprehensive range of segregated recycling schemes, co-mingles recycling streams and residual waste from the various “DPT” sites in Devon.
The service must comply with the relevant UK Environmental Laws.
The contract is expected to be awarded for Three (3) years with extension options covering a further Two (2) off Twelve (12) month periods to commence 1.11.2012.
Estimated value excluding VAT: 50 000 GBP
Section III: Legal, economic, financial and technical information
1) Suppliers are required to express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA – which is accessed at https://tactica-live.advanced365.com – please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or 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 court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(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 with 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 with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
The Trust will also be utilising the NHS supplier information database (SID4Health) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Health as follows:
a) candidates should register on SID4health at http://www.SID4health.nhs.uk by clicking on the Register Organisation tab and select the Supplier button.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on SID4Health must confirm that information is up to date;i) candidates should ensure all relevant sections of their NHS SID4Health profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS SID4Health is unavailable, please contact NHS SID4Health helpdesk at help@SID4health.nhs.uk
PLEASE NOTE ALL RESPONSES TO OJEU SHOULD BE MADE THROUGH TACTICA eSOURCING SYSTEM – REGISTRATION IS REQUIRED ON SID4HEALTH TO UPDATE OR PROVIDE COMPANY PROFILES ONLY.
As per III.2.1. above.
Section IV: Procedure
Section VI: Complementary information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com.
VI.5)Date of dispatch of this notice:25.4.2012