Back to tenders & grants page
United Kingdom-Usk: Refuse and waste related services
Receive Tenders like this by email

United Kingdom-Usk: Refuse and waste related services

United Kingdom-Usk: Refuse and waste related services has been closed on 15 Jan 2021. It no longer accepts any bids. For further information, you can contact the Monmouthshire County Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Monmouthshire County Council

Industry:

Energy & Utilities

Status:

Closed

Timeline

Published:

12 Sep 2020

Deadline:

15 Jan 2021

Value:

Not available

Contacts

Name:

Lloyd Davies

Phone:

+44 2079477501

+44 7967793197

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:594950-2020:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Monmouthshire County Council
Postal address: County Hall, Rhadyr
Town: Usk
NUTS code: UKL21 Monmouthshire and Newport
Postal code: NP15 1GA
Country: United Kingdom
Contact person: Lloyd Davies
E-mail: [email protected]
Telephone: +44 7967793197
Internet address(es):
Main address: http://www.monmouthshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0277
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Environment

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Contract for the Provision of the Management of Household Waste Recycling Centres, Waste Transfer Station Services and Ancillary Services

Reference number: Project No 45033
II.1.2)Main CPV code
90500000 Refuse and waste related services
II.1.3)Type of contract
Services
II.1.4)Short description:

Monmouthshire County Council is a unitary authority overseeing both the collection and disposal of waste. It is a high performing LA with equally high ambitions for its future. The authority seeks to appoint a single provider for the following:

— The management of the Authority’s Household Waste Recycling Centres (‘HWRCs’),

— The operation and maintenance of the Authority’s Waste Transfer Stations (‘WTSs’),

— The bulking and haulage of Contract Waste.

II.1.5)Estimated total value
Value excluding VAT: 15 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45232470 Waste transfer station
90500000 Refuse and waste related services
90514000 Refuse recycling services
II.2.3)Place of performance
NUTS code: UKL21 Monmouthshire and Newport
II.2.4)Description of the procurement:

Monmouthshire County Council is a unitary authority overseeing both the collection and disposal of waste. It is a high performing LA with equally high ambitions for its future. MCC continues to have high expectations for its citizens and communities, working to a vision that is shared with its public service partners to deliver ‘sustainable resilient communities’. This contract is being issued at a time of unprecedented public funding reductions. In order to retain our service commitments we must find new ways to improve. We know that in some cases, the Council will no longer be the provider of choice — others will be better suited to take some services forward. To protect local services we expect every service to be efficient and cost effective.

Monmouthshire County Council (the ‘Authority’) wishes to enter into a contract for the provision of the management of household waste recycling and transfer station services with ancillary services (the ‘Contract’). The services will be delivered within the authority Area.

The contract scope comprises of a single lot, covering the following services:

— Management and operation of the following three Household Waste and Recycling Centres (‘HWRCs’):

— Five Lanes, Llanvaches, NP26 5PD,

— Llanfoist, Heads of the Valleys Road (access via Merthyr Road), Llanfoist, Abergavenny, NP7 9AQ,

— Mitchel Troy, Mitchel Troy, Monmouth, NP25 4HX.

Management and operation of two Waste Transfer Stations (‘WTSs’) at Five Lanes, Llanvaches, NP26 5PD, and Llanfoist, Heads of the Valleys Road (access via Merthyr Road), Llanfoist, Abergavenny, NP7 9AQ.

Bulking of waste at the WTSs including:

— garden waste,

— dry mixed recycling,

— food waste,

— glass,

— residual waste.

Haulage of materials including loading third party vehicles and scheduling

The main objective of the contract is to provide an efficient and effective service with a strong emphasis on value for money, high quality recycling and customer satisfaction. The authority also seeks to make a positive social impact through the contract, and to improve the resilience of its operations.

The authority is using the competitive process with negotiation procedure to procure the contract. The tender process is as follows:

(a) Selection questionnaire stage;

(b) The authority intends to invite the six highest-scoring suppliers from the selection questionnaire stage to the ISIT stage. However, the authority reserves the right in its absolute discretion to invite fewer suppliers depending on the proximity of the scores obtained at the selection questionnaire stage;

(c) Following submission of ISIT responses, the initial tenders will be evaluated and assessed using defined evaluation criteria;

(d) The authority reserves the right not to negotiate and to award the contract based on the initial tenders submitted. Following evaluation Of the initial tenders, the authority will therefore determine whether to accept the Most Economically Advantageous (MEAT) initial tender and progress to the contract award stage, or to invite suppliers to participate in the negotiation stage;

(e) If a Negotiation Stage is required, the authority intends to further shortlist suppliers and to invite the three highest scoring suppliers to take part in the negotiation stage and invitation to submit final tenders. However, the authority reserves the right to invite more than three suppliers to participate in negotiations if the scores obtained against the evaluation criteria are in close proximity.

(f) Following the completion of negotiations, an invitation to submit final tenders will be issued to the remaining suppliers.

(g) Following submission of final tenders, the tenders will be evaluated and assessed using defined evaluation criteria.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 102
This contract is subject to renewal: yes
Description of renewals:

This contract is fixed for 8 years and 6 months with an option to extend for a further 6 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/01/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 08/02/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=105697

Under the terms of this contract the successful supplier(s) will be required to deliver community benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:

• support of the Council's safeguarding policy,

• support of the Council's well-being assessment,

• contribution to social value,

• support of the Future Generations Act (2015).

Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106291

(WA Ref:106291)

The buyer considers that this contract is suitable for consortia.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice:
04/12/2020

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more