Management of Rotherham"s Household Waste Recycling Centres (HWRCs) (Ангилья - Тендер #39227651) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 39227651 Дата публикации: 15-03-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Karen Middlebrook
Telephone: +44 1709334755
E-mail: karen.middlebrook@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59849&B=UK
Tenders or requests to participate must be sent to the abovementioned address
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleManagement of Rotherham"s Household Waste Recycling Centres (HWRCs)
Reference number: 22-191
II.1.2) Main CPV code90533000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
II.1.5) Estimated total valueValue excluding VAT: 5 850 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)90000000
90500000
90530000
90700000
II.2.3) Place of performanceNUTS code:
UKE31
Main site or place of performance:
Borough of Rotherham
II.2.4) Description of the procurementThe Service includes the management of HWRCs operated by or on behalf of the Council which would provide facilities for residents of the Council’s administrative area to deposit Household Waste inline with s.51 Environmental Protection Act 1990. The Council wishes to emphasise the waste hierarchy, specifically the need for a more comprehensive re-use and repair element of the Council’s required waste management Service than is currently available.
The Contractor shall manage the Sites in accordance with applicable Laws and the Waste Management Licenses for the Sites issued by the Environment Agency. The contract duration is 5 years with a potential 2 year extension, however it is worth stating that the Council is planning to insource the Front Facing Service by 28 October 2026.
The Council wish to make a capital contribution for some elements of the site infrastructure (cabins, skips, ramps, 360 plant) that will transfer to the Council on the Insourcing Date (28 October 2026).
The Council expects the Waste Management Licenses to be transferred to the Contractor (from the incumbent service provider which presently provide a service similar to the Front Facing Service requirement advertised here for the Council) on completing the Contract following this procurement exercise. During the transition from the Contractor to the Council it is the Council’s intention to move to Standard Rules Environmental Permits for each of the Sites to substitute for the Waste Management Licenses. Should there by any delay in obtaining the Standard Rules Environmental Permits the Council may require the Contractor to continue providing the Front Facing Service inline with the Contract Terms.
The Contractor shall manage the Sites in a safe and cost effective manner, whilst prioritising and maximising the potential for re-use, repair, reclamation and recycling of Household Waste(s).
The Contractor shall manage the transport, recycling and disposal of Household Waste deposited at the Sites (including residual and garden waste streams where disposal shall be dealt with by the Council) for the full Contract Term.
The Council requires haulage services that operate in compliance with local planning conditions, operating permits/rules for the Sites and when accessing any offtaker disposal sites and applicable Laws (especially Laws concerning the environment and transport) for the full Contract Term.
A partnership approach to a re-use and repair arrangement is sought by the Council which is expected to be self-funding and any surplus revenue beyond covering the Contractor’s costs in providing re-use and repair capacity shall be used to reinvest in that element of the Service.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 5 850 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
As identified at II.2.4 the Council intends on insourcing the front-facing service from 28 October 2026, with the Contractor responsible for the Haulage and Disposal.
The contract does include an options to extend (see II.2.11 below). Following this extension period the haulage and disposal element will be subject to renewal.
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: Yes
Description of options:
The 84 months referred to at II.2.7 is broken down as follows:
The Council will be entering into an initial 60 month contract period, with a potential option to extend by a further 24 month period.
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
As stated in the procurement documentation
III.2.3) Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
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: 20/04/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 20/04/2023
Local time: 12:01
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.4) Procedures for review VI.4.1) Review bodyHigh Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation proceduresHigh Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtainedHigh Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice14/03/2023
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: | karen.middlebrook@rotherham.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 90700000 | Environmental services | Sewage, refuse, cleaning and environmental services |
| 90530000 | Operation of a refuse site | Refuse and waste related services |
| 90500000 | Refuse and waste related services | Sewage, refuse, cleaning and environmental services |
| 90000000 | Sewage, refuse, cleaning and environmental services | Environment and Sanitation |
| 90533000 | Waste-tip management services | Operation of a refuse site |
| 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. |