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

Organic Waste Treatment Services Contract

  • First published: 16 September 2017
  • Last modified: 16 September 2017

Contents

Summary

OCID:
ocds-kuma6s-057130
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
16 September 2017
Deadline date:
19 October 2017
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Council has a service requirement to deliver a long term environmentally and economically sustainable solution for processing all Food Waste via Anaerobic Digestion (AD) and Garden Waste via Windrow Composting. Potential Bidders should note that the Council also collects small quantities of Co-Mingled Waste with a preferred method of treatment via In-vessel Composting (IVC) and as a contingency for Collection Vehicle(s) breakdown(s) whereby Kerbside Food Waste and Garden Waste has been Co-Mingled. The Council anticipates that the Contract will be for a period of 15 years commencing from 01/04/2018 to 31/03/2033 with an option to extend for an additional 60 months in periods to be mutually agreed by the Council and the Contractor. CPV: 90510000, 90510000, 90500000, 90512000, 77120000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Contact person: Chris Davidge

Telephone: +44 1443863063

E-mail: davidc1@caerphilly.gov.uk

Fax: +44 1443863167

NUTS: UKL16

Internet address(es)

Main address: www.caerphilly.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

I.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


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:

https://supplierlive.proactisp2p.com/Account/Login


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

Organic Waste Treatment Services Contract

Reference number: CCBC/PS1477/CD/17

II.1.2) Main CPV code

90510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council has a service requirement to deliver a long term environmentally and economically sustainable solution for processing all Food Waste via Anaerobic Digestion (AD) and Garden Waste via Windrow Composting. Potential Bidders should note that the Council also collects small quantities of Co-Mingled Waste with a preferred method of treatment via In-vessel Composting (IVC) and as a contingency for Collection Vehicle(s) breakdown(s) whereby Kerbside Food Waste and Garden Waste has been Co-Mingled. The Council anticipates that the Contract will be for a period of 15 years commencing from 01/04/2018 to 31/03/2033 with an option to extend for an additional 60 months in periods to be mutually agreed by the Council and the Contractor.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90510000

90500000

90512000

77120000

II.2.3) Place of performance

NUTS code:

UKL16


Main site or place of performance:

Caerphilly County Borough

II.2.4) Description of the procurement

The Council requires a suitably qualified and experienced Contractor to receive and process all Contract Waste. The Council does not bind itself to deliver any minimum or fixed quantity of Contract Waste. However for information purposes, and to assist Contractors in establishing Tender rates, the Council are currently (2016/17) handling approximately 8,000 tonnes of Food Waste, approximately 8,000 tonnes of Garden Waste and 200 tonnes of co-mingled Food Waste and Garden Waste. The Council would require the Contractor to provide capacity for this Contract in accordance with the estimate tonnages provided so that the space is reserved in accordance with the Waste tonnage profiles provided in the performance specification. The Contractor will be required to provide the Services as set out in this ITT and meet the 98% Recycling Rate, accept contaminants up to the Maximum Allowable Limit of at least 2% Contamination by weight with a 100% Diversion from Landfill requirement. Recycling is as defined in The Recycling, Preparation for Re-use and Composting Targets (Definitions) (Wales) Order 2011 no 551 (W.77) and “Recycled” shall be construed accordingly. Further information on the performance specification requirements are set out within the Invitation to Tender.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Start: 01/04/2018

End: 31/03/2033

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for an additional 60 months in periods to be mutually agreed by the Council and the Contractor.

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

Envisaged minimum number: 3

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

The Council will be conducting the procurement process in accordance with Regulation 29 (Competitive Procedure with Negotiation) of the Public Contract Regulations.

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:

Suitability criteria as stated within the procurement 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.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Selection criteria as stated in the procurement documents.

III.2.2) Contract performance conditions

The successful Contractor will be required to deliver Community Benefits in support of the Council economic, environmental and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 220-400973

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

Date: 19/10/2017

Local time: 12:00

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

Date: 06/11/2017

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Council anticipates that the Contract will be for a period of 15 years commencing from 01/04/2018 to 31/03/2033 with an option to extend for an additional 60 months in periods to be mutually agreed by the Council and the Contractor.

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

Tenderers must express interest in this tender by completing the following:

1.Log in to the Proactis Supplier Portal at https://supplierlive.proactisp2p.com/Account/Login

2.Click the ‘Sign Up’ option on the Portal homepage (If already registered go to point 11).

3.Enter your correct Organisation Name, Details and Primary Contact Details.

4.Please make a note of the Organisation ID and User Name, then click ‘Register’.

5.You will receive an email from the system asking you to follow a link to activate your account.

6.Please enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details.

7.In the Classification section please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile.

8.Buyer Selection. At this stage you are required to indicate which Buyer Organisations you would like to register with. Please remember to register with Caerphilly to ensures that you will be alerted to all relevant opportunities.

9.Terms & Conditions. Read the T&Cs of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process.

Once you have agreed click on the blue arrow to move on to the next stage.

10.Insert a password for the admin user and repeat it. The password MUST be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select ‘Complete Registration’ and you will enter the Supplier Home page.

11.From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed. Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your interest on the applicable button.

12.Refresh your screen by clicking on the opportunities icon located on the left hand side, to view the opportunity click the blue arrow.

13.Note the closing date for completion of the relevant project. To find all available documentation please dropdown the ‘Request Documents’ option and click to download all documents.

14.You can now either complete your response or ‘Decline’ this opportunity.

All queries to be made via the messaging system on the Proactis portal. Please note we will not accept any questions/queries via telephone/email.

Supplier guides are available via the portal and this contract notice detailing how to use the eTender system including for how to register on the e-tender portal.

If you require assistance please contact Natasha Ford 01443 863075 — fordn@caerphilly.gov.uk or the procurement team 01443 863161. Procurement Clinics are available should you require further assistance when completing and submitting your tender.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=71073.

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:

Tenderers will be required to submit a Community Benefits Plan as per Method Statement 5: Community Benefits of the award criteria section of the ITT. Community Benefits for this arrangement are non-core and as such the Community Benefit Plans submitted in the Tender process will not be scored as part of the Council’s Tender evaluation. However a response must be provided in order for the Tender submission to be considered further.

(WA Ref:71073)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Telephone: +44 1443863161

Fax: +44 1443863167

Internet address(es)

URL: www.caerphilly.gov.uk

VI.5) Date of dispatch of this notice

15/09/2017

Coding

Commodity categories

ID Title Parent category
77120000 Composting services Agricultural services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90512000 Refuse transport services Refuse disposal and treatment

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

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:
14 November 2016
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Caerphilly County Borough Council
Publication date:
16 September 2017
Deadline date:
19 October 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
07 May 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
davidc1@caerphilly.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/09/2017 09:09
Contract Reference Number
Please be advised that the Contract Reference Number for the Organic Waste Treatment Services Contract has changed from CCBC/PS1477/CD/17 to CCBC/PS1595/CD/17.
18/09/2017 11:12
TUPE Implications
It has been confirmed by the current provider(s) of this service that there are TUPE (Transfer of Undertakings Protection of Employment Regulations 2014) implications attached to this Contract. The Council’s preliminary view is entirely without prejudice to the responsibility of Tenderers to form their own views on these matters and to take their own independent professional advice. Tenderers will need to satisfy themselves as to whether TUPE applies to the Contract, in particular in relation to workers presently working for the current service provider of the Services. If TUPE is applicable, the current service provider or Tenderer will be responsible for ensuring compliance with TUPE and the Council will not accept any responsibility whatsoever with regard to TUPE. Therefore, Tenderers are strongly advised to seek legal advice regarding TUPE prior to submitting their Tender.
Basic employee information has been provided by the existing service provider. Tenderers are advised that this may change during the process. Tenderers that are successful in being invited to the Invitation to Tender stage will be required at that stage to complete Appendix 3 – TUPE Confidentiality Undertaking (document 3a) and return a copy of the form in order for the Council to forward on the full TUPE Information that has been provided by the current Contractor.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf5.41 MB
This file may not be accessible.
pdf
pdf1.67 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.