Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
UK
E-mail: procurement@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickshire.gov.uk
Address of the buyer profile: www.warwickshire.gov.uk/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/csw-jets/aspx/Home
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
WCC - DPS for the provision of Waste Material Services
Reference number: WCC - 20226
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council has a wide range of waste materials to manage across Warwickshire, as a result of increasing waste segregation, these materials vary in terms of tonnage and value. This segregation has resulted in the creation of several niche or low-volume materials, including automotive batteries, oil, chemicals, paint, gas cylinders, fire extinguishers, printer cartridges, plasterboard, various plastics, glass, non-ferrous metals, textiles, and waste upholstered domestic seating. The Council needs to have contracts in place for these waste materials brought to the HWRCs/Waste Transfer Stations by the public, commercial traders, the waste collection authorities, or suppliers acting on their behalf and charities.
The Council is proposing to manage these types of waste materials through this DPS. Managing these waste materials is key to supporting the safe and compliant handling of waste in Warwickshire.
The estimated value is expected to be circa £3,000,000 over the life of the DPS however, should unexpected circumstances / demand arise, this value could increase to circa £5,000,000.
These figures are estimates provided in good faith.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Hazardous Waste and/or Waste that could contain items with a high level of persistent organic pollutants 'POPs'
II.2.2) Additional CPV code(s)
90520000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Various hazardous waste streams including but not limited to automotive batteries, oil, chemicals, paint, gas cylinders, fire extinguishers, printer cartridges, plasterboard as well as waste streams that could contain items with high levels of persistent organic pollutants 'POPs' such as waste upholstered domestic seating.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
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
Lot No: 2
II.2.1) Title
Reusable and Recyclable Waste
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Various reusable and recyclable waste streams including but not limited to soft plastic, glass, nonferrous metal, and textiles etc.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
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
Lot No: 3
II.2.1) Title
Bulky Waste items to be diverted from landfill
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Various reusable and recyclable waste streams including but not limited to mattresses, carpet, hard/rigid plastics.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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:
23/02/2029
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
Warwickshire County Council will be using its etendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is: https://in-tendhost.co.uk/csw-jets/aspx/Home. Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the in-tend correspondence function.
However, if you are unable to register with the website please email us at procurement@warwickshire.gov.uk.
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
London
UK
VI.5) Date of dispatch of this notice
20/01/2025