Waste and Recycling Collection and Street Cleansing Tender
Malvern Hills District Council and Wychavon District Council are looking to jointly run a combined waste collection, recycling and street cleansing service.
United Kingdom-Pershore: Sewage, refuse, cleaning and environmental services
2016/S 121-215059
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Queen Elizabeth Drive
Pershore
WR10 1PT
United Kingdom
Contact person: Caroline Smith
Telephone: +44 1386565433
E-mail: procurement@wychavon.gov.uk
NUTS code: UKG12
Internet address(es):Main address: http://www.wychavon.gov.uk
Address of the buyer profile: http://www.wychavon.gov.uk
I.1)Name and addresses
Council House, Avenue Road
Malvern
WR14 3AF
United Kingdom
Contact person: Caroline Smith
Telephone: +44 1386565433
E-mail: procurement@wychavon.gov.uk
NUTS code: UKG12
Internet address(es):Main address: http://www.malvernhills.gov.uk
Address of the buyer profile: http://www.malvernhills.gov.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Joint Procurement of Waste and Recycling Collection and Street Cleansing for Malvern Hills District Council and Wychavon District Council.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Malvern Hills District Council and Wychavon District Council are looking to jointly run a combined waste collection, recycling and street cleansing service with provision for growth in terms of number of households but also increasing business in terms of recycling, green waste, bulky waste and trade waste. The main service will be based across the 2 districts with depots at Malvern and Pershore. Whilst principally for use by the Contracting authorities, the framework will be open for use by other authorities responsible for waste collection and street cleaning, as listed at: http://www.idea.gov.uk/idk/org/la-data.do The Contracting authorities wish to invite ideas on how the framework could grow allowing other authorities the option of buying the same services or any combination thereof from the framework, as well as any spare capacity built in terms of any ancillary services which the Contracting authorities may choose to include within the scope of the final contract.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Malvern Hills District Council and Wychavon District Council are looking to jointly run a combined waste collection, recycling and street cleansing service with provision for growth in terms of number of households but also increasing business in terms of recycling, green waste, bulky waste and trade waste. The main service will be based across the 2 districts with depots at Malvern and Pershore.
Whilst principally for use by the Contracting authorities, the framework will be open for use by other authorities responsible for waste collection and street cleaning, as listed at: http://www.idea.gov.uk/idk/org/la-data.do The Contracting authorities wish to invite ideas on how the framework could grow allowing other authorities the option of buying the same services or any combination thereof from the framework as well as any spare capacity.
The main objective of the contract(s) is to provide a high quality, efficient and effective service for waste and recycling collections and street cleaning with a strong emphasis on value for money throughout the life of the contract. It is anticipated that the Contract will cover a wide range of services (‘the Services’) including but not limited to the following:
Waste Collection and associated activities including but not limited to:
(i) Collection of household residual waste;
(ii) Collection of household co-mingled recycling;
(iii) Collection of household garden waste;
(iv) Collection of bulky household waste;
(v) Collection of recyclables from bring sites;
(vi) Collection of commercial waste and recycling;
(vii) Option for the collection of clinical household waste;
(viii) Option for the collection of other separate materials for reuse/recycling (e.g. WEEE, textiles); and
(ix) Any associated activities.
Street cleaning and associated activities including but not limited to:
(i) Street cleaning and litter removal, street washing, district boundary sign washing and gum removal;
(ii) Fly tipping clearance, removal /storage/disposal of abandoned shopping trolleys;
(iii) Graffiti and fly posting clearance;
(iv) Gully cleansing (Malvern Hills only);
(v) Highways and public footpaths, weed (including moss) spraying services;
(vi) Litter bin emptying and cleaning;
(vii) Winter maintenance including gritting and snow removal from car parks and associated foot-ways;
(viii) Option for street cleansing enforcement activities; and
(ix) Any associated activities.
This list is not exhaustive and consideration may be given during the procurement process to the omission of some of the services or inclusion of additional services or options for additional services which are related to and will assist in delivering the Services.
It should be noted that in addition to any change in the structure or identity of the Contracting Authorities in the event of re-structuring within local government and or any other situation resulting in the Contracting Authorities or either 1 of the Contracting Authorities having a successor to its (statutory) functions in respect of waste, recycling and or street cleansing this procurement and or the remaining term of the contract awarded will be passed to the said successor(s).
It is anticipated that services delivered under the Contract shall commence on or around 2.10.2017, although the commencement dates may be staggered.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contracting Authorities wish to discuss the optimum term at dialogue stage and envisage that this will be between 8 and 20 years either:
Initial term:
Plus 1 option to extend on 1 occasion (8+8, 9+9, etc.);
Plus midterm review (e.g. at year 16 or 20);
Plus 1+ options to extend to an agreed maximum (e.g. 10+5+5 or 8+8+4).
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the Pre Qualification Questionnaire (PQQ).
II.2.10)Information about variants
II.2.11)Information about options
This is a collaborative procurement and at this stage the Contracting Authorities are assuming that at the end of this process they will be in a position to let a single joint contract, albeit with some variations per authority in respect of service and pricing; however, this will depend on the outcome of the competitive dialogue process and the Contracting Authorities are not closed to alternative options or suggestions and hereby reserve the right to change their requirements through the competitive dialogue process.
The Contracting authorities envisage that the duration of the contract shall be as described in Section II.2.7) above. However the Contracting Authorities may wish to explore alternative contract durations and hereby reserve the right to do so through the competitive dialogue process.
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.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authorities are using the e-procurement portal known as the Due North Pro-Contract portal: https://procontract.due-north.com to conduct this procurement exercise
To gain access to the pre qualification questionnaire (PQQ) document, tenderers will need to register their company details at the above website. Once registered, tenderers will be emailed a log-in and password which will allow them to gain access to the tender documents. Tenderers will need to electronically submit an expression of interest and an electronic copy of the PQQ will be sent as an attachment. Tenderers should submit their completed PQQ document and accompanying documentation via the Pro-Contract online portal by 12:00 hours on 25.7.2016.
Any supplier questions will also need to be submitted via the Pro-Contract portal website.
Any clarifications and further tender documents will be issued via the Pro-Contract portal.
If you have any problems or queries gaining access to the Pro-Contract portal please contact the Service desk on 01670 597136 who are available between the hours of 8:30 and 17:30, Monday to Friday (excluding UK Public Holidays).
VI.4.1)Review body
0
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Waste Management Contractor Required by University of Leeds
Tender for Processing of Food Waste
Contract for Delivery and Collection of Wheeled Bins
Waste and Recycling Collection West Sussex