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

WP3991: Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard Waste

  • First published: 14 May 2024
  • Last modified: 14 May 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045941
Published by:
Walsall Metropolitan Borough Council
Authority ID:
AA31651
Publication date:
14 May 2024
Deadline date:
13 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard WasteThree LotsLot 1 - Soil and Rubble (Waste Code 17-05-04) Lot 2 – Ceramics (Waste Code 17-01-03) Lot 3 – Plasterboard (Waste Code 17-08-02)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

UK

E-mail: procurement@walsall.gov.uk

NUTS: UKG38

Internet address(es)

Main address: www.walsall.gov.uk

I.3) Communication

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

https://in-tendhost.co.uk/walsallcouncil


Additional information can be obtained from the abovementioned address


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

WP3991: Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard Waste

Reference number: WP3991

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard WasteThree LotsLot 1 - Soil and Rubble (Waste Code 17-05-04) Lot 2 – Ceramics (Waste Code 17-01-03) Lot 3 – Plasterboard (Waste Code 17-08-02)

II.1.5) Estimated total value

Value excluding VAT: 309 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenders may be submitted for one or more lots.The estimated value of the Contract is calculated over the whole lifetime of the contract and includes any renewals or extensions and all of the lots into which the contract may be divided.

II.2) Description

Lot No: 1

II.2.1) Title

Lot1 - Soil and Rubble Waste

II.2.2) Additional CPV code(s)

90000000

90513000

90514000

90510000

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

West Midlands

II.2.4) Description of the procurement

Waste Treatment and Disposal Services - Soil and Rubble

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: 75 000.00  GBP

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

Start: 01/07/2024

End: 30/06/2030

This contract is subject to renewal: Yes

Description of renewals:

Extension option of up to two years.

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Bidders can tender for any lot

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

Lot No: 2

II.2.1) Title

Lot2 - Ceramics

II.2.2) Additional CPV code(s)

90000000

90513000

90514000

90510000

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

West Midlands

II.2.4) Description of the procurement

Waste Treatment & Disposal Services - Lot 2 Ceramics

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: 42 000.00  GBP

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

Start: 01/07/2024

End: 30/06/2030

This contract is subject to renewal: Yes

Description of renewals:

Contract extension of up to two years

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Bidders can apply for one or more lots

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

Lot No: 3

II.2.1) Title

Lot3 - Plasterboard

II.2.2) Additional CPV code(s)

90000000

90513000

90514000

90510000

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

West Midlands

II.2.4) Description of the procurement

Waste Treatment & Disposal Services - Plasterboard

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: 192 000.00  GBP

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

Start: 01/07/2024

End: 30/06/2030

This contract is subject to renewal: Yes

Description of renewals:

Contract extension of up to two years

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Bidders can apply for one or more lots

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

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:

As stated in the tender 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

III.2.2) Contract performance conditions

As stated in the tender documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: In order to generate adequate interest in all lots and achieve value for money overall.

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: 13/06/2024

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: 13/06/2024

Local time: 14:00

Place:

Walsall Council with the option for tenders to be opened remotely in accordance with the Council's contract rules.Two or more opening ceremony users to attend.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncilThe Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions.The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.This is a voluntary contract notice.Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

VI.4) Procedures for review

VI.4.1) Review body

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

UK

VI.4.2) Body responsible for mediation procedures

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

13/05/2024

Coding

Commodity categories

ID Title Parent category
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

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:
procurement@walsall.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.