Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cyngor Sir Ceredigion County Council
Canolfan Rheidol, Rhoddfa Padarn
Aberystwyth
SY23 3UE
UK
Telephone: +44 1970633050
E-mail: ymholiadau.caffael@ceredigion.gov.uk
NUTS: UKL1
Internet address(es)
Main address: http://www.ceredigion.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0491
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
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
Ceredigion - Transport, Sorting & Recycling of Dry Mixed Recyclate
Reference number: itt_83581
II.1.2) Main CPV code
90514000
II.1.3) Type of contract
Services
II.1.4) Short description
Ceredigion County Council is inviting Tenders for the service of the collection, transport, sorting and recycling of dry mixed recyclate. Tenders are invited from suitably qualified parties who are able to provide the services compliant with all current legislation.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
NUTS code:
UKL1
Main site or place of performance:
Ceredigion
II.2.4) Description of the procurement
Ceredigion County Council is inviting Tenders for the service of the collection, transport, sorting and recycling of dry mixed recyclate. Tenders are invited from suitably qualified parties who are able to provide the services compliant with all current legislation.
See tender documentation for details.
II.2.5) Award criteria
Criteria below:
Quality criterion: Q1
/ Weighting: 10
Quality criterion: Q2
/ Weighting: 25
Quality criterion: Q3
/ Weighting: 5
Price
/ Weighting:
60
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:
There is an option to extend for two further periods of up to 12 months each.
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:
The contractor must have a proficient person who is WAMITAB accredited.
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
III.2.2) Contract performance conditions
See tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
23/02/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/02/2021
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107507
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits are core to this contract. See tender documents.
(WA Ref:107507)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
21/01/2021