Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Provision of Housing & Property Services Waste Management

  • First published: 24 July 2024
  • Last modified: 24 July 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0483dc
Published by:
Chesterfield Borough Council
Authority ID:
AA20820
Publication date:
24 July 2024
Deadline date:
30 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement will establish Contracts for the provision of on-site waste storage, collection and drop-off ‘tipping’ service for waste produced in the course of daily duties by staff operating out of the Council’s main housing services depot within Chesterfield, Derbyshire, UK. The requirement is split into 4 lots.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Chesterfield Borough Council

Town Hall, Rose Hill

Chesterfield

S40 1LP

UK

Contact person: Mr Chris Rouse

Telephone: +44 7930696506

E-mail: christopher.rouse@chesterfield.gov.uk

NUTS: UKF12

Internet address(es)

Main address: https://www.chesterfield.gov.uk

Address of the buyer profile: https://www.chesterfield.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=1ef239db-0a49-ef11-812d-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=1ef239db-0a49-ef11-812d-005056b64545


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

The Provision of Housing & Property Services Waste Management

Reference number: DN734354

II.1.2) Main CPV code

90510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement will establish Contracts for the provision of on-site waste storage, collection and drop-off ‘tipping’ service for waste produced in the course of daily duties by staff operating out of the Council’s main housing services depot within Chesterfield, Derbyshire, UK. The requirement is split into 4 lots.

II.1.5) Estimated total value

Value excluding VAT: 967 000.00  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

Asbestos

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Estimated value of this lot: £26,000 per year.

• To provide a lockable 12-yard asbestos skip or equivalent container.

• To be collected and replaced with an empty container every 3 months in accordance with the Council’s asbestos policy. The exact schedule for this will be confirmed at the start of the Contract and will be based on the date of the first skip delivery.

• To be collected within 7 days of notification that the skip/container requires collection.

• Asbestos to be managed, transported and disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.

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: 104 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 1-year optional extensions subject to business need and supplier performance

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

Hazardous Waste

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Estimated value of this lot: £5,000 per year.

• Waste skip or equivalent container to hold WEEE waste.

• To be collected and replaced with an empty container when requested, anticipated to be around 4 times per year.

• IBC or equivalent container to hold florescent tubes and sodium bulbs (5-inch tubes and 2 drums for 2d and sodium bulbs). Drums must have a lid.

• To be collected and replaced with an empty container when requested, anticipated to be around twice per year.

• IBC or equivalent container to hold empty paint tins.

• To be collected and replaced with an empty container when requested, anticipated to be around twice per year.

• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.

• All to be collected within 7 days of notification that the skip/container requires collection.

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: 20 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 1-year optional extensions subject to business need and supplier performance

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: 3

II.2.1) Title

Active Waste

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Estimated value of this lot: £22,750 per year.

On-site – Stonegravels Depot:

• Skip to hold mixed construction waste.

• To be collected and replaced with an empty skip twice per week on Tuesdays and Fridays (unless alternative days are confirmed by mutual agreement) or if We advise that collection is not required on a particular day due to business need.

• We will not be disposing of POPs (sofas/beds/mattresses/upholstered furniture), light bulbs, chemicals, asbestos, TVs/monitors, electrical items, or gas cylinders in this skip.

• To give an indication of frequency of collection, 96 skips were collected in 2022-23.

• 12-yard skip to hold cardboard waste. To be collected approximately once a week but this may need to be amended to twice a week dependant on business need.

• To be collected and replaced with an empty skip once a week. This may be revised to twice a week from time to time or on a permanent basis dependant on business need.

• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.

On-site – other borough locations:

• Skips to hold mixed construction waste.

• 8, 10, and 14 yard skips to be made available.

• To be delivered to and collected from locations within the borough as and when required to accommodate building waste from Council activities (for example, renovation works to tenanted Council dwellings).

• Highways permits to be provided where required.

• To give an indication of frequency of collection, 18 large skips were required in 2022-23. This may fluctuate in future years dependant on business need, and no guarantee of the number of skips to be ordered is given.

• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.

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: 91 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 1-year optional extensions subject to business need and supplier performance

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: 4

II.2.1) Title

Tipped Waste

II.2.2) Additional CPV code(s)

90513000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Estimated value of this lot: £188,000 per year.

• Council employees will arrive in suitable tipper vehicles to tip waste of the types described in the table above (see ‘background to our requirements’).

• The drop-off tip site (i.e. Your location) needs to be within 5 miles drive distance of the Council’s Stonegravels depot at Old Brick Works Lane, S41 7JD. For the avoidance of doubt, Google Maps (without ‘traffic’) will be used for calculating drive distance and the Council’s decision as to this distance will be final.

• Vehicles should be weighed on entry and exit at the tipping site to calculate the weight of waste material ‘dropped off’.

• Digital photos are to be taken of all tipped waste to provide evidence (if required) of the tipped material for each drop off.

• Waste needs to be able to be tipped (i.e. by raising the truck bed to facilitate the removal of waste from the vehicle) and no manual ‘by hand’ unloading will be permitted.

• No minimum weight of loads is to be stipulated and all load weights should be accepted irrespective of the total weight.

• Access to the tipping site is required during working days (Monday to Friday) from 8am to 4pm. There is no requirement for access at weekends or on bank holidays. If access cannot be maintained (such as in unforeseen circumstances), the Council’s representative should be contacted at the earliest opportunity to discuss the likely length of closure and any contingency to be put in place in the meantime.

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: 752 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 1-year optional extensions subject to business need and supplier performance

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:

Waste carriers licence

III.1.2) Economic and financial standing

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/08/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 30/08/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

23/07/2024

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
christopher.rouse@chesterfield.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.