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.

02 Contract Notice

Waste Collection Services

  • First published: 03 June 2016
  • Last modified: 03 June 2016

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)

Contents

Summary

OCID:
ocds-kuma6s-042028
Published by:
Bridgend County Borough Council
Authority ID:
AA0417
Publication date:
03 June 2016
Deadline date:
09 August 2016
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Contractor shall provide Services comprising Recyclables and Residual Waste Collections, Community Recycling Centre (CRC) services and the provision and development of a Recycling focussed Commercial Recyclables and Waste collection service to the Authority’s Commercial Waste Customers for the duration of the Contract Period in compliance with all relevant legislation and with consideration to existing policy and guidance including on health and safety and environmental matters. For a full description of the Services required by the Authority under this Tender, the Tenderer is directed to the Tender Document suite attached and in particular the Specification. CPV: 90500000, 90511000, 90511200, 90514000, 90511100, 90533000, 90513000, 45232470.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Bridgend County Borough Council

Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street

Bridgend

CF31 4WB

UK

Contact person: Phil Davies

Telephone: +44 1656664536

E-mail: phil.davies@bridgend.gov.uk

NUTS: UKL17

Internet address(es)

Main address: www.bridgend.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417

I.3) Communication

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

www.etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.etenderwales.bravosolution.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.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

Waste Collection Services

Reference number: B459

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contractor shall provide Services comprising Recyclables and Residual Waste Collections, Community Recycling Centre (CRC) services and the provision and development of a Recycling focussed Commercial Recyclables and Waste collection service to the Authority’s Commercial Waste Customers for the duration of the Contract Period in compliance with all relevant legislation and with consideration to existing policy and guidance including on health and safety and environmental matters.

For a full description of the Services required by the Authority under this Tender, the Tenderer is directed to the Tender Document suite attached and in particular the Specification.

II.1.5) Estimated total value

Value excluding VAT: 84 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90511000

90511200

90514000

90511100

90533000

90513000

45232470

II.2.3) Place of performance

NUTS code:

UKL17


Main site or place of performance:

Borough wide for performance of the contract with a main operating base at Tondu Waste Transfer Station, Tondu, CF32 9HZ.

II.2.4) Description of the procurement

The Contractor shall provide Services comprising Recyclables and Residual Waste Collections, Community Recycling Centre (CRC) services and the provision and development of a Recycling focussed Commercial Recyclables and Waste collection service to the Authority’s Commercial Waste Customers for the duration of the Contract Period in compliance with all relevant legislation and with consideration to existing policy and guidance including on health and safety and environmental matters.

For a full description of the Services required by the Authority under this Tender, the Tenderer is directed to the Tender Document suite attached and in particular the Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Management / Weighting: 7%

Quality criterion: Capacity and Resources / Weighting: 8.5%

Quality criterion: Service Delivery / Weighting: 22.5%

Quality criterion: Sustainability and Added Value / Weighting: 2%

Cost criterion: Total Annual Sums / Weighting: 50%

Cost criterion: Commercial Terms and Risk Position / Weighting: 10%

II.2.6) Estimated value

Value excluding VAT: 84 000 000.00  GBP

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

Start: 01/04/2017

End: 31/03/2024

This contract is subject to renewal: Yes

Description of renewals:

Options to extend on an annual basis, or other agreed period of time, up to a maximum of Seven (7) further years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The Authority will utilise a Qualification Questionnaire (QQ) consisting of routine Mandatory/Pass/Fail/Information questions of a compliance and suitability nature. In addition, the Authority will also require a separate bespoke, scored QQ to be answered by the tenderers, with the questions set around Competency and Capacity (60%), and Health and Safety (40%). Each question has a set and published value and will be scored using a set and published scoring rationale. The Authority intends to select a maximum of five (5) of the highest scoring tenderers from this QQ to go forward into the initial tender stage. Those tenderers going into the initial tender stage shall also have successfully completed the Pass/Fail part of the QQ. The Tenderer should note that although this is a 2-stage Procurement Process, the Tenderer has only one opportunity to submit his bid. This means that all Qualification Questionnaires (Compliance & Bespoke) and the Tenderers Invitation to Submit an Initial Tender (ISIT) must be submitted at the same time and in accordance with the Procurement Timetable.

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

II.2.14) Additional information

Tenderers receiving less than 50% of the total score available for Quality (Method Statement question responses), i.e. any Tenders receiving a total Quality score of less than 20% out of 40% will be deselected.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

Contained within the 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

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 09/08/2016

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/08/2016

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

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/03/2017

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Authority intends to award a contract as quickly as possible during 2016 to maximise the amount of time the winning Tenderer has for mobilisation and preparation for a seamless contract hand-over from the incumbent contractor; and to achieve an operational contract start date of 01/04/17. See Procurement Timetable within the Instructions to Tenderers Document.

The Authority will observe the mandatory Ten (10) day Standstill period prior to the Award of any Contract.

The contract period is for Seven (7) years with options to extend on an annual basis, or other agreed period of time, up to a maximum of Seven (7) further years, making a possible contract period of Fourteen (14) years if all options of extension are exercised by the Authority.

The annual contract value is estimated between 5,000,000 GBP and 6,000,000 GBP.

From IV.2.2)- Time limit for receipt of responses and other administrative information under IV.2).

This section assumes a 2-stage Tender process consisting of a Prequalifying (Stage 1) and a subsequent Invitation to Tender (Stage 2) process, however, it is very important to note that the Tenderer has only one opportunity to submit his bid for both stages. The mandatory date fields in this section assume that the return of Stage 1 (PQQ) will always fall before the date for Stage 2 (Issue of the ITT to the down-selected Tenderers from Stage 1.) and as such, the system will not accept the correct date for the estimated date of dispatch of invitations to tender or to participate to selected candidates of 31st May 2016.

For the purposes of this Tender both system dates written into the advert for the return of Tenders / PQQ and the estimated date of dispatch of Invitations to Tender or to participate to selected candidates are the same – 09th August 2016. There is only one opportunity for the Tenderer to submit his bid for both stages.

The Authority has an objective of awarding a contract at the end of the Initial Tender but reserves the right to enter into negotiations if a satisfactory offer is not made. It is for this reason that the Authority requires that the Tenderers maintain the Tender until 31st March 2017 to cover the eventuality of entering into negotiations and delaying the award of a contract.

Procurement Schedule and Contract Award Dates: See Instructions to Tenderers – Procurement Timetable.

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Tenderers should note that the procurement documents are draft documents at this stage, providing indicative information of the Authority's intended approach in the procurement process and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=42028

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:

Tenderer's are invited to submit their proposals for Community Benefits under Method Statement 14 of the Tender Documents.

(WA Ref:42028)

VI.4) Procedures for review

VI.4.1) Review body

Bridgend County Borough Council

Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street

Bridgend

CF31 4WB

UK

Telephone: +44 1656664529

VI.5) Date of dispatch of this notice

01/06/2016

Coding

Commodity categories

ID Title Parent category
90511200 Household-refuse collection services Refuse collection services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90514000 Refuse recycling services Refuse disposal and treatment
90511100 Urban solid-refuse collection services Refuse collection services
45232470 Waste transfer station Ancillary works for pipelines and cables
90533000 Waste-tip management services Operation of a refuse site

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot

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.

Document family

Notice details
Publication date:
03 June 2016
Deadline date:
09 August 2016 00:00
Notice type:
02 Contract Notice
Authority name:
Bridgend County Borough Council
Publication date:
12 December 2016
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Bridgend County Borough Council

About the buyer

Main contact:
phil.davies@bridgend.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.