UK-Maldon: Refuse and waste related services.

UK-Maldon: Refuse and waste related services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621875827, Email: wasteprocurement@maldon.gov.uk
Contact: Maldon District Council, Attn: Karen Bomford

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services
Environment

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Waste and Recycling Collection Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 16

Region Codes: UKH33 - Essex CC
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Refuse and waste related services. Household-refuse collection services. Refuse transport services. Vehicles for refuse and sewage. Waste and rubbish containers and bins. The Council is seeking Tender submissions for the main Waste and Recycling Collection services to be delivered over a five-day weekly cycle (Monday to Friday).

The Contract Commencement date for this Contract is 1st February 2016. On this date the Contractor shall operate the current range of services operated by the Council and as described in more detail in the Specification:
 Household Residual Waste on a weekly basis in sacks;
 Mixed Dry Recyclables – newspaper, paper, card and telephone directories on a weekly basis from 55 litre boxes (apart from approximately 900 properties which present these materials in disposable sacks);
 Mixed Dry Recyclables – plastic packaging, food tins, drinks cans, foil and aerosols on a weekly basis from 55 litre box bags (apart from approximately 900 properties which present these materials in disposable sacks);
 Mixed Glass (bottles and jars) on a weekly basis from 55 litre boxes (apart from approximately 900 properties which present these materials in disposable sacks);
 Food Waste on a weekly basis from 23 litre kerbside caddies (kitchen caddies also provided);
 Garden Waste on a weekly basis from 240 litre wheeled bins (subscription service) from March to November reducing to fortnightly collections for the winter months December to February. A small number of properties present Garden Waste in disposable sacks which require splitting;
 Provision of a Bulky Waste Service including the collection of WEEE (fridge/freezers/CRTs/Large domestic appliances) for Re-Use or Recycling; and
 The servicing of 33 Bring Sites within the Maldon District Council area.

From the 6th June 2016 the Contractor shall commence New Services which will provide an enhanced Waste and Recycling service:
 Household Residual Waste on a fortnightly basis from 180 litre wheeled bins other than those on the Small/Larger Container List or the Exemption List;
 Mixed Dry Recyclables (excluding glass) on a fortnightly basis in clear sacks. This service includes as a minimum cardboard & paper, drink/food and aerosol cans, plastics (rigid food containers, bottles including lid), aluminium foil and foil containers, beverage drinks cartons;
 Mixed Glass on a fortnightly basis from 55 litre boxes, for recycling as a separate stream from the Mixed Dry Recyclables;
 Food Waste on a weekly basis from 23 litre kerbside caddies;
 Garden Waste (subscription service) on a weekly basis from 240 litre wheeled bins reducing to fortnightly in the winter months of December to February;
 Provision of a Bulky Waste Service including the collection of WEEE (fridge/freezers/CRTs/Large domestic appliances) for Re-Use or Recycling; and
 The servicing of 33 Bring Sites within the Maldon District Council area.

II.1.6)Common Procurement Vocabulary:
90500000 - Refuse and waste related services.

90511200 - Household-refuse collection services.

90512000 - Refuse transport services.

34144500 - Vehicles for refuse and sewage.

34928480 - Waste and rubbish containers and bins.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The contract will have an initial term of eight (8) year, with provision to extend for one or more periods of one or more year, up to a maximum term of 16 years. It is estimated that the total real term value of the contract will be between GBP 1,500,000 and 2,500,000 per annum
Estimated value excluding VAT:
Range between: 1,500,000 and 2,500,000
Currency: GBP


II.2.2)Options: Yes
If yes, description of these options: The contract will have an initial term of eight (8) years, with provision to extend for one or more periods of one or more years, up to a maximum of 16 years
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 96 (from the award of the contract)

Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in the tender documents

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the tender documents

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the tender documents

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

As stated in prequalification questionnaire documents and/or tender documents
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
As stated in prequalification questionnaire documents and/or tender documents
Minimum Level(s) of standards possibly required:
As stated in prequalification questionnaire documents and/or tender documents

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
As stated in prequalification questionnaire documents and/or tender documents
Minimum Level(s) of standards possibly required:
As stated in prequalification questionnaire documents and/or tender documents
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 22/05/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Econmic operators should express an interest by email as soon as possible. All documents will be available on the Contract Finder notice. Economic operators wishing to be considered for invitation to tender must submit completed pre-qualification questionnaire in accordance with the instructions set out in the pre-qualification pack by 12:00 noon on 22/5/2015.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=140978423
GO-2015417-PRO-6530118 TKR-2015417-PRO-6530117

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 17/04/2015

ANNEX A