Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Waste Collection Partnering Contract

  • First published: 19 February 2014
  • Last modified: 19 February 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
South Ribble Borough Council
Authority ID:
AA26772
Publication date:
19 February 2014
Deadline date:
28 March 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract will deliver an alternate weekly kerbside collection comprising of residual waste, dry recycling and mixed garden and food waste to almost 48,000 properties within the Borough of South Ribble. The contract will also deliver a weekly trade waste collection, bulky waste collection and medical waste collection to those that require it within the borough of South Ribble.

The borough of South Ribble lies in Lancashire, south of the river Ribble. It covers an area of 44 square miles and is home to approximately 107,000 residents. Sitting astride the M6 motorway, South Ribble has excellent links to both the north and south. The borough boasts excellent connections from the M6 onto the M55, and the M65 and M61 motorways, making it an excellent place to invest.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


South Ribble Borough Council

Civic Centre, West Paddock

Leyland

PR25 1DH

UK

Janet Hinds

+44 1257515622

janet.hinds@chorley.gov.uk


www.southribble.gov.uk

https://www.the-chest.org.uk

https://www.the-chest.org.uk

https://www.the-chest.org.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Waste Collection Partnering Contract

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

16

II.1.2)

Main site or location of works, place of delivery or performance



UKD4

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The contract will deliver an alternate weekly kerbside collection comprising of residual waste, dry recycling and mixed garden and food waste to almost 48,000 properties within the Borough of South Ribble. The contract will also deliver a weekly trade waste collection, bulky waste collection and medical waste collection to those that require it within the borough of South Ribble.

The borough of South Ribble lies in Lancashire, south of the river Ribble. It covers an area of 44 square miles and is home to approximately 107,000 residents. Sitting astride the M6 motorway, South Ribble has excellent links to both the north and south. The borough boasts excellent connections from the M6 onto the M55, and the M65 and M61 motorways, making it an excellent place to invest.

II.1.6)

Common Procurement Vocabulary (CPV)

90500000
90510000
90511000
90511100
90511200
90511300
90511400
90512000
90514000
90524100
90700000
90710000
34928480
42914000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contract is to provide a refuse and recycling waste collection service within the borough of South Ribble. South Ribble Borough Council (SRBC) has approximately 48,000 properties and has a population of approximately 107,000 residents.

It is anticipated that the signing of the Preston, South Ribble and Lancashire City Deal in 2013 will lead to improved road networks, business expansion and the building of new houses. This may, over the contract period, have the effect of increasing the volumes and/or values included in this notice, which are estimated only, based on current contract requirements.

SRBC covers an area of 44 square miles and has the advantage of a centralised depot in Leyland (offered on a peppercorn rent to the incoming contractor) and a purpose built disposal site, operated by Lancashire County Council, also situated within the boundary of the council.

The principle refuse and recycling activities include delivery of an alternate weekly refuse and recycling collection service to all properties within the borough (approximately 48,000). The contract will be for collections and will include delivery to a disposal site approved by SRBC. Recycling services will include the collection of glass/cans/plastic bottles/paper/card and textiles. The service will also consist of a mixed garden/ food waste collection service; this scheme is offered to approximately 42,000 non terraced properties.

The contract will also include clinical waste collections, bulky item collection service and a trade waste collection service managed by the council.

The Contract will be for an initial contract period of 7 years withe the option to extend for a further 7 years.

The estimated contract value of £30800000 includes for the full 14 years potential contract period, including the period of optional extension and is based on current contract requirements.

Contract Specifics:

Recyclable and Residual Household Waste Collections to 48,000 properties.

Alternate weekly collection of household waste from all properties and delivery to approved waste disposal sites.

Assistance to be provided for approximately 1800 households for all services.

Recyclables – 42,000 properties (non-terraced):

Glass, cans and plastic bottles in a blue 240 litre wheeled bin.

Mixed paper and card in 55 litre boxes.

Recyclable - 6000 properties (terraced):

Glass, cans and plastic bottles in 55 litre boxes.

Mixed paper and card in 55 litre boxes.

Textiles placed in carrier bags by the householder alongside the recycling.

Mixed garden/food waste – 42,000 properties covered by the scheme collected in 240 litre wheeled bins.

Terraced properties weekly food waste collection in a 25 litre caddy.

Schedule 2 – 120 Schedule 2 properties that receive a weekly residual waste collection. Of these 80 also have mixed paper and cardboard collected on a fortnightly basis. As well as this, approximately 40 primary schools and 30 care homes have mixed glass/cans/plastic bottles collected on the domestic rounds.

17 primary schools also receive a weekly food waste collection.

Bulky waste collections currently carried out in partnership:

Approximately 1500 collections per annum.

1300 Bulky Waste

200 White Goods

Trade Waste

We collect approximately 500 bins from just over 400 trade waste customers on a weekly basis. In addition to this we also collect mixed cardboard and paper from 75 of these customers on a fortnightly basis.

The above is provided as an indication only and full details will be issued in the Contract documents

30 800 000
GBP

II.2.2)

Options

The contract will for an initial period of 7 years with the option to extend for a further 7 years.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

168

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The provision of appropriate guarantees, bonds and warranties is reserved. Details of any deposits and guarantees required will be set out in the contract documents.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Terms of financing and payment arrangements will be set out in the contract documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint & Several Liability

III.1.4)

Other particular conditions to which the performance of the contract is subject

As described in the Invitation to Tender documentation

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of the Directive 2004/18/EC (see also regulation 23(4) in the PCR 2006) to the decision of whether a candidate is eligible to be invited to tender.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.

Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid unless there are overriding requirements in the general interest for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. Please refer to the Pre-Qualification Questionnaire (PQQ) for further details.

III.2.2)

Economic and financial capacity


Applicants will be required to complete a Pre-Qualification Questionniare (PQQ). The PQQ is available from the e-procurement portal ‘The Chest’ at https://www.the-chest.org.uk.



As set out in the PQQ.


III.2.3)

Technical capacity


Applicants will be required to complete a Pre-Qualification Questionniare (PQQ). The PQQ is available from the e-procurement portal ‘The Chest’ at https://www.the-chest.org.uk.



As set out in the PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

57

Objective criteria for choosing the limited number of candidates

As identified in the PQQ. The PQQ is available from the e-procurement portal ‘The Chest’ at https://www.the-chest.org.uk.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 28-03-2014  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 28-03-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 23-6-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


Approximately 18 months prior to the expiry of the awarded contract. The expiry date will be subject to whether the option to extend is taken up.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This procurement will be run electronically through ‘The Chest’ e-procurement portal. In order to download/upload all documentation relating to this procurement including the PQQ, organisations must register (free of charge) on ‘The Chest’ at https://www.the-chest.org.uk.

The Tender issue date included at IV.3.5 is the anticipated date of tender issue and may be subject to change.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-02-2014

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste services
90710000 Environmental management Environmental services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90511200 Household-refuse collection services Refuse collection services
90511300 Litter collection services Refuse collection services
90511400 Paper collecting services Refuse collection services
42914000 Recycling equipment Distilling, filtering or rectifying apparatus
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment
90512000 Refuse transport services Refuse disposal and treatment
90511100 Urban solid-refuse collection services Refuse collection services
34928480 Waste and rubbish containers and bins Road furniture

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.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
janet.hinds@chorley.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.