Waste Management Services South Yorkshire
Waste Management services for Sypte sites in South Yorkshire.
United Kingdom-Sheffield: Refuse and waste related services
2016/S 003-002231
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
11 Broad Street West
Sheffield
S1 2BQ
UNITED KINGDOM
E-mail: tendering@sypte.co.uk
NUTS code: UKE3Internet address(es):Main address: http://www.sypte.co.uk/contracts
I.3)Communication
11 Broad Street West
Sheffield
S1 2BQ
UNITED KINGDOM
E-mail: tendering@sypte.co.uk
NUTS code: UKE3Internet address(es):Main address: http://www.sypte.co.uk/contracts
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Waste Management Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Waste Management services for Sypte sites in South Yorkshire.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South Yorkshire, England.
II.2.4)Description of the procurement:
The contract will include:
— The supply of appropriate waste containers and removal of all waste within agreed boundaries;
— Recycling of all paper, cardboard, metal and glass, with consideration for recycling of plastics;
— Supply, as requested, suitable skips and containers to Swinton compound for removal of additional waste (general waste skips and confidential waste skips).
Location of works:
All works will be at:
— Barnsley, Meadowhall, Rotherham and Sheffield Transport Interchanges;
— Head office in Sheffield;
— 10 other sites (Park and Rides or mini interchanges).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Possible extension of up to 2 further years on service of notice by Sypte.
II.2.9)Information about the limits on the number of candidates to be invited
5 Companies will be shortlisted to be invited to tender. All submitted expressions of interest will be evaluated against the minimum standards published for Technical and Professional Ability and Economic and Financial Standing. If more than 5 companies remain eligible following that process those companies will be scored on Technical and Professional Ability. A score between 1 and 10 will be applied as a measurement to Technical and Professional Ability item 1 above as to the level of relevant experience demonstrated and evidenced by the companies. The companies will then be ranked according to scores achieved to objectively reduce the companies to be invited to tender by inviting the top 5 ranking companies.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
3 or 5 years.
VI.2)Information about electronic workflows
VI.4.1)Review body
11 Broad Street West
Sheffield
S1 2BQ
UNITED KINGDOM
E-mail: jan.smallwood@sypte.co.uk
VI.4.4)Service from which information about the review procedure may be obtained
11 Broad Street West
Sheffield
S1 2BQ
UNITED KINGDOM
E-mail: jan.smallwood@sypte.co.uk
VI.5)Date of dispatch of this notice: