Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Barnsley Metropolitan Borough Council
  N/A
  Town Hall
  Barnsley, South Yorkshire
  S70 2TA
  UK
  
            Contact person: Natalie Taylor
  
            E-mail: natalietaylor@barnsley.gov.uk
  
            NUTS: UKE31
  Internet address(es)
  
              Main address: https://www.barnsley.gov.uk
  
              Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89404&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89404&B=UK
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
Provision of Waste Disposal & Containers – BMBC & Berneslai Homes
            Reference number: P089
  II.1.2) Main CPV code
  90500000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 830 000.00 
			  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: 0
  
    II.2.1) Title
    Provision of Waste Disposal & Containers – BMBC & Berneslai Homes
    II.2.2) Additional CPV code(s)
    03416000
    14630000
    19640000
    34928480
    44613700
    44613800
    90513000
    II.2.3) Place of performance
    NUTS code:
    UKE31
    II.2.4) Description of the procurement
    This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).
    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: 
			2 830 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods
    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
            
   
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1 Waste Disposal (1)
    II.2.2) Additional CPV code(s)
    03416000
    14630000
    19640000
    34928480
    44613700
    44613800
    90513000
    II.2.3) Place of performance
    NUTS code:
    UKE31
    II.2.4) Description of the procurement
    This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).
    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: 
			2 125 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods
    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
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Lot 2 Containers (1)
    II.2.2) Additional CPV code(s)
    03416000
    14630000
    19640000
    34928480
    44613700
    44613800
    90513000
    II.2.3) Place of performance
    NUTS code:
    UKE31
    II.2.4) Description of the procurement
    This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).
    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: 
			705 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods
    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:
  Selection criteria as stated in the procurement 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
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:
              28/02/2025
  
                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:
              28/02/2025
  
              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.4) Procedures for review
  VI.4.1) Review body
  
    The High Court of Justice
    The Strand
    London
    WC2A 2LL
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    High Court of Justice
    The Royal Courts of Justice, The Strand,
    London
    WC2A 2LL
    UK
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    The High Court of Justice
    The Royal Courts of Justice, The Strand,
    London
    WC2A 2LL
    UK
   
 
VI.5) Date of dispatch of this notice
20/01/2025