Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
UK
Contact person: Mr Jamie Heavens
Telephone: +44 1392381548
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK43
Internet address(es)
Main address: http://www.devon.gov.uk
Address of the buyer profile: http://www.devon.gov.uk
I.1) Name and addresses
East Devon District Council
Honiton
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://eastdevon.gov.uk/
I.1) Name and addresses
Exeter City Council
Exeter
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://exeter.gov.uk/
I.1) Name and addresses
Mid Devon District Council
Tiverton
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.middevon.gov.uk/
I.1) Name and addresses
North Devon District Council
Barnstaple
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.northdevon.gov.uk/
I.1) Name and addresses
Teignbridge District Council
Newton Abbot
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.teignbridge.gov.uk/
I.1) Name and addresses
Torridge District Council
Bideford
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.torridge.gov.uk/
I.1) Name and addresses
South Hams District Council
Totnes
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.southhams.gov.uk/
I.1) Name and addresses
West Devon Borough Council
Tavistock
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.westdevon.gov.uk/
I.1) Name and addresses
Torbay Council
Torquay
UK
E-mail: jamie.heavens@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: https://www.torbay.gov.uk/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.suppyingthesouthwest.org.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
CP2517-24 Textile Waste Recycling Contract
Reference number: DN718556
II.1.2) Main CPV code
90510000
II.1.3) Type of contract
Services
II.1.4) Short description
As a Waste Disposal Authority (WDA) DCC is responsible for the disposal of waste that the District Councils of Devon collect, known as Local Authority Collected Waste (LACW).
DCC works in partnership with all 8 District Councils in Devon as well as the unitary authority of Torbay. The partnership, known as DASWC (The Devon Authorities Strategic Waste Committee), consists of representatives at both officer and councillor level from all Devon District Councils and Torbay Council. The role of the committee is to promote recycling across the county, and to fund small projects by the pooling of funding. It also co-ordinates joint county wide contracts for paper, glass and textiles and thereby allowing each authority to achieve a better deal through
economy of scale
The Service entails the provision and maintenance of suitable Textile storage banks at various locations specified within the procurement documents into which the members of the public may deposit their Textile Waste.
Contract Waste may also be stockpiled by Devon Authorities at their depots as part of their kerb-side collection schemes specified within the procurement documents. At stockpile locations, waste is either contained in storage banks, containers or may be deposited on the floor either in bags or loose. The procurement documents specify the method of site storage and the storage receptacles that are required at the stockpiles.
For the avoidance of doubt, Contract Waste encompasses all textile material collected by above means which the Contractor shall be obliged to accept and collect, regardless of their storage condition or methods of collection.
The Service additionally entails the collection and haulage of Contract Waste from their collection points to the Contractor’s Waste Recycling Point where Contract Waste shall be Recycled.
The estimated value of this contract as stated within this contract notice is based off only approximate haulage costs payable to the winning contractor, due to the nature of the haulage of this contract this estimate is highly approximate and bidders will have to make sure they have fully appreciated the information included within the specification in order determine the value of this contract as the estimated haulage values will be dependent on a number of variables that cannot be considered accurately at this stage.
Additionally within this contract there are a number of additional elements to the value of the contract that are tied to the published letsrecycle.com rates, due to the variable nature of this value it is not possible to provide expected values for this element of the contract. Any prospective bidder should ensure they have fully read and understood all elements of the specification in order to accurately determine its value.
II.1.5) Estimated total value
Value excluding VAT:
200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK43
II.2.4) Description of the procurement
As a Waste Disposal Authority (WDA) DCC is responsible for the disposal of waste that the District Councils of Devon collect, known as Local Authority Collected Waste (LACW).
DCC works in partnership with all 8 District Councils in Devon as well as the unitary authority of Torbay. The partnership, known as DASWC (The Devon Authorities Strategic Waste Committee), consists of representatives at both officer and councillor level from all Devon District Councils and Torbay Council. The role of the committee is to promote recycling across the county, and to fund small projects by the pooling of funding. It also co-ordinates joint county wide contracts for paper, glass and textiles and thereby allowing each authority to achieve a better deal through
economy of scale
The Service entails the provision and maintenance of suitable Textile storage banks at various locations specified within the procurement documents into which the members of the public may deposit their Textile Waste.
Contract Waste may also be stockpiled by Devon Authorities at their depots as part of their kerb-side collection schemes specified within the procurement documents. At stockpile locations, waste is either contained in storage banks, containers or may be deposited on the floor either in bags or loose. The procurement documents specify the method of site storage and the storage receptacles that are required at the stockpiles.
Contract Waste encompasses all textile material collected by above means which the Contractor shall be obliged to accept and collect, regardless of their storage condition or methods of collection.
The Service additionally entails the collection and haulage of Contract Waste from their collection points to the Contractor’s Waste Recycling Point where Contract Waste shall be Recycled.
The estimated value of this contract as stated within this contract notice is based off only approximate haulage costs payable to the winning contractor, due to the nature of the haulage of this contract this estimate is highly approximate and bidders will have to make sure they have fully appreciated the information included within the specification in order determine the value of this contract as the estimated haulage values will be dependent on a number of variables that cannot be considered accurately at this stage.
Additionally within this contract there are a number of additional elements to the value of the contract that are tied to the published letsrecycle.com rates, due to the variable nature of this value it is not possible to provide expected values for this element of the contract. Any prospective bidder should ensure they have fully read and understood all elements of the specification in order to accurately determine its value.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2027
This contract is subject to renewal: No
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:
Yes
Description of options:
Option to extend, upon mutual agreement of both parties by a period or periods totalling up to 36 months. Giving an ultimate possible end date for the contract of 31st March 2030.
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
The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked 'confidential' or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking.
Tender documents are accessible via www.supplyingthesouthwest.org.uk . All expressions of interest are to be made via www.supplyingthesouthwest.org.uk. All questions or enquiries regarding the tender are to be asked via the messaging function within the opportunity through www.supplyingthesouthwest.org.uk
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:
14/11/2024
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:
14/11/2024
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
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
10/10/2024