Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


SCC APC Provision of Disposal Services for Residual Waste (Ангилья - Тендер #38408188)


Поделиться

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:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  • Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority I.1) Name and addresses

Surrey 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) Communication

The 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/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

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

SCC APC Provision of Disposal Services for Residual Waste

Reference number: RFX1000291

II.1.2) Main CPV code

90500000

II.1.3) Type of contract

Services

II.1.4) Short description

Residual 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 value

Value excluding VAT: 260 000 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Disposal of Residual Waste - 20,000 tonnes per annum

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

The County of Surrey

II.2.4) Description of the procurement

Lot 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 criteria

Criteria 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 system

Duration 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 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

Lot No: 2

II.2.1) Title

Disposal of Residual Waste - 20,000 tonnes per annum

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

The County of Surrey

II.2.4) Description of the procurement

Lot 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 criteria

Criteria 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 system

Duration 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 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

Lot No: 3

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

The County of Surrey

II.2.4) Description of the procurement

Lot 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 criteria

Criteria 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 system

Duration 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 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

Lot No: 4

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

The County of Surrey

II.2.4) Description of the procurement

Lot 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 criteria

Criteria 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 system

Duration 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 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

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.2.2) Contract performance conditions

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 procedure

Competitive dialogue

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.1.8) 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 participate

Date: 10/03/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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

Selection 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 body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477882

VI.5) Date of dispatch of this notice

08/02/2023


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
Commodity Categories Commodity Categories
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

Delivery Locations Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

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.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru