Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Borough Council of Gateshead
Gateshead Council, Legal and Corporate Services, Corporate Procurement, 1st Floor Civic Centre, Regent Street
Gateshead
NE8 1HH
UK
Contact person: Shaun Naylor
Telephone: +44 1914335966
E-mail: shaunnaylor@gateshead.gov.uk
NUTS: UKC22
Internet address(es)
Main address: http://www.gateshead.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.nepo.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Contract for Collection and Disposal of Construction Waste
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
Tenderers are invited to tender for the provision of a waste collection and disposal service. This service is to include the collection and disposal of construction waste from Shearlegs Road Waste Transfer Station, Cowen Road Depot and various building sites located in the Borough of Gateshead. It is expected that most of this waste will be recycled.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: All Waste
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
Lot 1 is Lots 2 and 3 combined and includes all waste streams.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
The initial period is for 24 months with the option to extend for a further 2 x 12 month periods.
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
Lot 2 - Waste Contained in Skips
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
Lot 2 consists of the waste streams that are contained and collected in skips; active waste, asbestos, timber and plasterboard.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
240 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
The initial period is for 24 months with the option to extend for a further 2 x 12 month periods.
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.2.1) Title
Lot 3: Waste Contained in Bays
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
Lot 3 consists of waste streams which are contained in bays and collected via tipper trucks; tarmac, inactive waste and concrete, brick and rubble.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
The initial period is for 24 months with the option to extend for a further 2 x 12 month periods.
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
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:
06/03/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/03/2019
Local time: 12:00
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
The contract is split into 3 lots. Lot 1 consists of Lots 2 and 3 combined. The Council will determine the most economically advantageous option which will either be the lowest value for Lot 2 plus the lowest value for Lot 3, or the lowest value for the combined Lot 1. Tenderers may apply for any number or combination of lots, but must be able to provide all items within each lot. Part submissions will not be considered.
VI.4) Procedures for review
VI.4.1) Review body
Gateshead Council
Gateshead
NE8 1HH
UK
VI.5) Date of dispatch of this notice
01/02/2019