Contract notice
Section I: Contracting
authority
I.1) Name and addresses
COUNCIL OF THE ISLES OF SCILLY
Town Hall, St Mary's,
ISLES OF SCILLY
TR210LW
UK
Contact person: Keith Grossett
Telephone: +44 1720424491
E-mail: procurement@scilly.gov.uk
NUTS: UKK30
Internet address(es)
Main address: www.scilly.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.scilly.gov.uk/business-licensing/contracts/current-contracts/four-year-waste-haulage-services-waste-recycling
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://outlook.office.com/mail/procurement@scilly.gov.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
4 Year Waste Haulage Services for containerised Waste & Dry Recyclates between St Mary's, Isles of Scilly and Penzance, Cornwall
Reference number: CIoS220914
II.1.2) Main CPV code
90512000
II.1.3) Type of contract
Services
II.1.4) Short description
A.1 The Council of the Isles of Scilly is looking for a Provider or Providers to be appointed for the supply of the waste haulage services, as specified in the Council's Contract Notice Reference Number: CIoS220914
II.1.5) Estimated total value
Value excluding VAT:
970 000.00
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:
UKK30
Main site or place of performance:
St. Mary's, Isles of Scilly and Penzance, Cornwall
II.2.4) Description of the procurement
E.1 Scope of Service
The Council is seeking contractor/s to deliver a 4-year service for the haulage of waste and recyclates in specified containers from Porthmellon Waste Management Site on St Marys to a waste collection vehicle at Penzance Port, and the return of empty containers to ensure a continuous service.
It is estimated that there will be approximately 1900 tonnes of total waste and recycling (separated into 6 fractions) over an 18-month period;
1. 14 yd closed skips (blended black bag and residual waste)
2. 14 yd compactor skips (tyres)
3. 8 yd open skips (scrap metal)
4. 8 yd enclosed skips (flat glass, plasterboard & asbestos)
5. Caged IBC (cooking/vegetable oil for recycling)
6. Baled, wrapped and palletised (dry mixed / dry segregated recycling)
7. Food waste (containers TBC)
There is scope for the waste and recycling container specifications to change over time in line with changes to requirements of the mainland waste contractor. Any changes will be addressed in regular contract management meetings and solutions agreed.
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:
968 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Council will seek to renew the contract at the end of its term,
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:
The Council holds the option to extend the contract by 12 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
The successful tenderers must be in possession of valid:
Environment Agency Waste Carriers Licences
Animal by-product transporter /operator licences (under discussion)
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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/10/2022
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/10/2022
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
48 months
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Council of the Isles of Scilly
St Marys
TR21 0LW
UK
VI.5) Date of dispatch of this notice
21/09/2022