Section I: Contracting entity
I.1)Name, addresses and contact point(s)
East Coast Main Line Company Limited
First Floor North East Coast House 25 Skeldergate
For the attention of: David Edwards
YO1 6DH York
UNITED KINGDOM
Telephone: +44 8450593188
E-mail: dave.edwards@eastcoast.co.uk
Fax: +44 8450594782
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Waste Management and Recycling Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 18: Rail transport services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 2
Duration of the framework agreement
Duration in years: 2
II.1.5)Short description of the contract or purchase(s):
East Coast Main Line Ltd (ECML) requires the provision of waste management and recycling services to its station and depot locations across its UK network which runs between London and Aberdeen.
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): no
II.1.8)Information about 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:
Includes the collection of commercial waste cleaned from stations, trains, retail catering outlets and depots, hazardous waste (including oil interceptor waste, fluorescent tubes and batteries), high value recycling waste from engineering activities and the dry co-mingled recyclables which have been segregated at source.
ECML has made an environmental commitment to apply the principles of the Waste Hierarchy – and will therefore prefer waste reduction and recycling before considering disposal via ‘energy from waste’ or incineration; we aim to send ZERO waste to landfill by the end of our franchise in 2015.
Environmental compliance is an essential part of your service offering to us – you will be able to demonstrate high demonstrable levels of performance in this respect for your own operation and will be expected to support our own processes in respect of the legal Duty of Care for wastes.
ECML is committed to working with its service partners, retail tenants and colleagues to reduce waste and support source segregation – we require accurate performance statistics (on a railway Period basis) to measure the effectiveness of our waste minimisation and recycling stategies.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
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:
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: All relevant information will be requested in the Invitation to Tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All relevant information will be requested in the Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: All relevant information will be requested in the Invitation to Tender.
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
IV.3.4)Time limit for receipt of tenders or requests to participate
25.11.2013 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This notice is published as a Call for Competition. Parties shoud register their interest by sending an email to the person named in Section I.1.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.11.2013