CONTRACT NOTICE - UTILITIES
|
Section I: Contracting Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Port of London Authority |
London River House, Royal Pier Road |
Gravesend |
DA12 2BG |
UK |
John Ball or Denise Rowley |
+44 1474562358 |
john.ball@pla.co.uk |
|
http://www.pla.co.uk
http://www.pla.co.uk — silt lagoons
|
|
|
|
|
|
|
|
|
|
I.2)
|
Main activity or activities of the contracting entity
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting entity
Operator for the Rainham and Wennington Silt Lagoons under a Waste Management Licence for the Disposal of Dredging Spoil and Arisings at Rainham and Wennington Marshes, Coldharbour Lane, Rainham, Essex, England.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Site or location of works, place of delivery or performance
UKI 21. NUTS Code |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Contractors are invited to submit an expression of interest with regard to operating the facility which is held on lease by the Port of London Authority. There is an unexpired term of 39 years and Authority are seeking to appoint a competent operator for an initial term of 10 years.
A Waste Management Licence is currently in place (WML80558) and the operation must be in accordance with this, Natural England guidelines and all relevant legislation.
All dredging and arisings brought on to the site must be from within the Port of London Authority's statutory limits as defined by the Port of London Act 1968.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
70332100 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope
The Appointed Operator will be awarded an initial 10 year contract to manage and operate the facility.
The current capacity available is approximately 1 000 000 cubic metres (NB The applicant will need to satisfy themselves as to the potential capacity available).
|
|
|
II.2.2)
|
Options
|
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable contracts, estimated time frame for subsequent calls for competition:
|
II.3)
|
Duration of the contract or limit for completion120 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions relating to the contract
|
III.1.1)
|
Deposits and guarantees required
May be required depending upon the Applicant's current financial status.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
The Port of London Authority will be seeking an annual basis payment indexed linked, plus a royalties payment based upon the annual tonnage throughput. (Joint Ventures will be considered).
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
English Law applies.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
Waste Management Licence (WML 80558) dated 1.12.2005 and modified on the 29.3.2007.
In accordance Natural England guidelines and all relevant legislation.
Details of the Technically Competent Person as defined by Department for Environment, Food and Rural Affairs (Defra).
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of suppliers,contractors or service providers
Details of relevant experience and current fields of operation.
Details of ability to operate within this environment.
Company's Heath and Safety Policy.
Company's Environmental Policy.
Details of Membership of Professional Organisations.
|
III.2.2)
|
Economic and financial capacity
Last three years audited Accounts.
|
III.2.3)
|
Technical capacity
Health and Safety policy.
Disclosure of any fines incurred as a result of any Environment / Health and Safety convictions or fines within the last 5 years or pending.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
No |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Relevant Experience in Specific Field |
30 |
|
Financial Proposal |
25 |
|
Financial ability to discharge/ manage the contract |
15 |
|
Ability/Equipment to operate and maintain the facility |
10 |
|
Competent employees to operate the facility |
10 |
|
Quality of Tender |
10 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3) Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting entity
LE/2/1/221
|
IV.3.2)
|
Previous publication concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining contract document and additional documents 27-11-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 19-01-2015
12:00 |
IV.3.5)
|
Language or languages in which tenders or requests to participate can be drawn up
English only.
|
IV.3.6)
|
Minimum time frame during which the tenderer must maintain its tender
|
IV.3.7)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Complementary Information
|
VI.1)
|
Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published
119.
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Open Days to be held for selected tenderers at the Port of London Office, Gravesend and on site.
Following is available on application:
1. Copy of the Waste Management Licence.
2. Advice note from Natural England.
3. Copy of the Rainham Lagoons Operation Plan 2006 (subject to revision).
4. Copy of a Land Survey.
5. Aerial Photographs.
6. Copy of the Relevant Navigational Chart in connection with the pump-ashore pipeline.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Port of London Authority |
London River House, Royal Pier Road, Gravesend |
|
DA12 2BG |
UK |
john.ball@pla.co.uk |
+44 1474562358 |
www.pla.co.uk |
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Appeals must be received before the standstill period of Contract Award is notified on OJEU.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Port of London Authority |
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 31-10-2014 |