SCC APC Provision of Disposal Services for Residual Waste (Ангилья - Тендер #38408188) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 38408188 Дата публикации: 09-02-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting authority I.1) Name and addressesSurrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
UK
Contact person: Andrew Clarke
E-mail: andrew.clarke@surreycc.gov.uk
NUTS: UKJ2
Internet address(es)
Main address: www.surreycc.gov.uk
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleSCC APC Provision of Disposal Services for Residual Waste
Reference number: RFX1000291
II.1.2) Main CPV code90500000
II.1.3) Type of contractServices
II.1.4) Short descriptionResidual Waste Treatment service is part of the Re-thinking Waste strategy.
Surrey County Council is responsible for the disposal of this waste which presently comprises ~200,000 tonnes per annum. The household residual waste volumes is anticipated to remain largely consistent, despite population growth, due to forthcoming legislation and initiatives within the waste market, such as Extended Producer Responsibility and Deposit Return Scheme.
The key requirements of the required Services will include:
The receipt of Contract Waste delivered by the SCC via separate haulage arrangements;
The provision of a Facility or Facilities to ensure consistent Service delivery, of which at least an initial Facility must be situated in the UK;
The Treatment of Contract Waste via Thermal Technology to Recover energy to the greatest extent possible;
To divert a minimum of 95% of Contract Waste by weight from Landfill in each Contract Year and to exceed this target where possible;
To provide SCC with information relating to the Treatment of Contract Waste in the form of reports; and To ensure Business Continuity for the Services.
II.1.5) Estimated total valueValue excluding VAT: 260 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleDisposal of Residual Waste - 20,000 tonnes per annum
II.2.2) Additional CPV code(s)90510000
II.2.3) Place of performanceNUTS code:
UKJ2
Main site or place of performance:
The County of Surrey
II.2.4) Description of the procurementLot 1 is for the Disposal of Residual Waste - 20,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 25
Quality criterion: Carbon / Weighting: 5
Cost criterion: Financial / Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
This contract will be reviewed prior to retendering.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleDisposal of Residual Waste - 20,000 tonnes per annum
II.2.2) Additional CPV code(s)90510000
II.2.3) Place of performanceNUTS code:
UKJ2
Main site or place of performance:
The County of Surrey
II.2.4) Description of the procurementLot 2 is for the Disposal of Residual Waste - 20,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 25
Quality criterion: Carbon / Weighting: 5
Cost criterion: Financial / Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
This contract will be reviewed prior to retendering.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.2) Additional CPV code(s)90510000
II.2.3) Place of performanceNUTS code:
UKJ2
Main site or place of performance:
The County of Surrey
II.2.4) Description of the procurementLot 3 is for the Disposal of Residual Waste - 40,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 25
Quality criterion: Carbon / Weighting: 5
Cost criterion: Financial / Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
This contract will be reviewed prior to retendering.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.2) Additional CPV code(s)90510000
II.2.3) Place of performanceNUTS code:
UKJ2
Main site or place of performance:
The County of Surrey
II.2.4) Description of the procurementLot 4 is for the Disposal of Residual Waste - 70,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 25
Quality criterion: Carbon / Weighting: 5
Cost criterion: Financial / Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
This contract will be reviewed prior to retendering.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureCompetitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about 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 participateDate: 10/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationSelection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The Potal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
VI.4) Procedures for review VI.4.1) Review bodyHigh Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477882
VI.5) Date of dispatch of this notice08/02/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | andrew.clarke@surreycc.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 90500000 | Refuse and waste related services | Sewage, refuse, cleaning and environmental services |
| 90510000 | Refuse disposal and treatment | Refuse and waste related services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |