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