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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityWaste 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 contract16 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKD4 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeThe 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)
|
OptionsThe 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 completion168 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate57 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |