Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Telephone: +44 1656642596
E-mail: Tenders@bridgend.gov.uk
NUTS: UKL17
Internet address(es)
Main address: https://www.bridgend.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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
Waste Collection Services
Reference number: B782
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
The incumbent contractor provides a waste collection service to all residential and, where applicable, commercial properties within Bridgend County Borough Council (BCBC). In addition, the incumbent contractor also manages three Community Recycling Centres (CRC) within BCBC.
The contract between the incumbent contractor and BCBC is due to expire on 31st March 2024 and as such BCBC are seeking a Contractor to undertake all the Services currently provided for such period as it set out in Clause 1.3 of the Contract.
The Contractor shall provide Services comprising Recyclables and Residual Waste Collections and Community Recycling Centre (CRC) services for the duration of the Contract Period in compliance with all relevant Legislation and with consideration to existing policy and guidance including on health and safety and environmental matters. See the 01_Schedule_1_ Specification - FINAL and Appendices and Schedules Folder.
II.1.5) Estimated total value
Value excluding VAT:
28 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90511200
90513100
90514000
90500000
98350000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
Bridgend County Borough.
II.2.4) Description of the procurement
The Contractor shall provide Services comprising Recyclables and Residual Waste Collections and Community Recycling Centre (CRC) services for the duration of the Contract Period in compliance with all relevant Legislation and with consideration to existing policy and guidance including on health and safety and environmental matters.
Services shall include:
* Collection Services including:
* Weekly Segregated Collection of Dry Recyclables from households.
* Weekly Segregated Collection of Food Waste from households.
* Fortnightly separate collection of Garden Waste from the beginning of third full week in March to the end of second full week in November from households subscribing for the service.
* Fortnightly collection of Residual Waste from households in authorised sacks in compliance with this Specification.
* Fortnightly collection of Absorbent Hygiene Products (AHP) in authorised sacks from households registered for this service and its subsequent transfer and treatment at a Recycling facility sourced by the Contractor.
* Provision of Assisted Collections to households registering for the service.
* Collection of Bulky Waste from households and its management with a focus on Re-use and Recycling of suitable items whenever possible.
* Provision and continuing development of a Recycling focussed Commercial Recyclables and Waste collection service to the Authority’s Commercial Waste Customers.
* Management of the Authority’s CRCs in accordance with the Specification and with particular focus on Re-use and enhanced Recycling through continuation of measures including a requirement on users bringing bagged or mixed Residual Waste to sort all Recyclables prior to disposing of only the true Residual Waste element in the bags / mixed waste.
* Provision of secure markets for all collected materials (other than household and commercial Residual Waste and Household Food Waste) including transport to the corresponding end destinations.
* Delivery of Household Food Waste to the Tondu Depot and bulking of Household Food Waste for haulage in bulk articulated trailers supplied by the Authority’s Food Waste haulage contractor.
* Transfer of household and commercial Residual Waste to the Authority nominated treatment or disposal facility currently the Materials Recovery and Energy Centre (MREC) at Baldwin’s Crescent, Crymlyn Burrows, Swansea, SA1 8PZ.
* Management of the Tondu Depot.
* Provision and management of a Management Information System (MIS) including real time monitoring and reporting of Service performance.
* Provision and management of a Customer Care Centre (CCC), on behalf of the Authority, for directly dealing with all Service-related queries, requests, bookings, complaints, and compliments.
* Monitoring and reporting of relevant Services performance information at intervals specified in the Contract.
* Timely and accurate reporting of Performance Standards and Failures in accordance with Schedule 3 – Performance Framework; and
* Provision of all other Services in the Specification in accordance with the Contract.
See Tender Documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2026
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for up to a further 2-years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See Tender Documents
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
See Tender Documents.
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
Open 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 participate
Date:
30/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
29/09/2023
IV.2.7) Conditions for opening of tenders
Date:
30/06/2023
Local time: 12:00
Place:
Bridgend County Borough Council
Information about authorised persons and opening procedure:
Opened on ETenderWales in the presence of the Monitoring Officer (Or Deputy), Cabinet Committee & Procurement Officers.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
The tender process is advertised on this portal (Sell2Wales & OJEU), but will be fully conducted electronically on ETenderWales.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=130271
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:
See Project Overview Section A, Page 14, Para 2.48 and 02. Schedule 2 - Quality Evaluation Document, Part 3 Method Statement Questions 14 & 15.
(WA Ref:130271)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
28/03/2023