Waste and Recycling Services Contract for Calderdale Council
The contract is to provide a comprehensive Waste and Recycling Service within Calderdale.
United Kingdom-Halifax: Refuse and waste related services
2014/S 199-351864
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Borough Council of Calderdale
The Town Hall Crossley Street
Contact point(s): http://www.yortender.co.uk
For the attention of: Martin Winter
HX1 1UJ Halifax
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.calderdale.gov.uk
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.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
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: Borough of Calderdale.
NUTS code UKE43
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— Fortnightly collection of residual waste from domestic properties.
— Weekly separate collection of recyclate including as a minimum: glass, plastic, paper, cans, textiles, food waste, cardboard and tetrapak.
— Collection of residual waste and recycling from High Rise flats and Houses of Multiple Occupancy.
— The operation, management and maintenance of a Transfer Loading Station along with the associated transport of residual waste to disposal/treatment facilities.
— The operation, management and maintenance of 5 Household Waste Recycling Sites.
— The operation, management and maintenance of a Recycling Bulking Station/Materials Recycling Facility (MRF).
— Collection of waste and recycling from non-domestic properties such as schools, council offices, charity shops, places of worship and community centres.
— Ancillary services including bulky waste collections, container/receptacle provision & delivery, clinical waste collections, day-works, Waste Electrical and Electronic Equipment (WEEE) and white goods/fridge collections.
The contract also includes the introduction of an opt in collection of green garden waste from domestic properties and also trade waste collection services.
The contract award will be for an initial eight (8) years with the option for up to four (4) extensions of two (2) years each.
II.1.6)Common procurement vocabulary (CPV)
90500000, 90511000, 90511200, 90512000, 90514000, 90524100, 90530000, 90533000
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:
Estimated value excluding VAT:
Range: between 110 000 000 and 130 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 4
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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
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: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended, (implementing Title II, Chapter VII Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a Pre-Qualification Questionnaire (PQQ) copies of which are available on the YORtender website http://www.yortender.co.uk or on request from the Council (see I.1). Completed PQQs must be returned using the YORtender website before the deadline specified in Section IV.3.4
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See PQQ documentation which is available athttp://www.yortender.co.uk
Contract number 9PUM-ASG9B8
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See PQQ documentation which is available at http://www.yortender.co.uk
Contract number 9PUM-ASG9B8
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Objective criteria for choosing the limited number of candidates: The Council intends to invite between 5 and 8 candidates to tender on the basis of the ranking of candidates at the qualification/PQQ evaluation stage.
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
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
i) not to award any contract as a result of the procurement process commenced by publication of this notice;
ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
iii) to award a contract(s) in respect of any part(s) of the services covered by this notice;
and in no circumstances will the Council be liable for any costs incurred by candidates.
VI.5)Date of dispatch of this notice: