Skip to main content.

Braintree District Council : Waste and Recycling Collection Services

  Braintree District Council has published this notice through Delta eSourcing

Notice Summary
Title: Waste and Recycling Collection Services
Notice type: Contract Notice
Authority: Braintree District Council
Nature of contract: Services
Procedure: Restricted
Short Description: 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.
Published: 17/04/2015 12:36

View Full Notice

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

View any Notice Addenda

View Award Notice

UK-Maldon: Refuse and waste related services.

Section I: Contracting Authority
   Title: UK-Maldon: Refuse and waste related services.
   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

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

   I.3) Main activity:
      Not Provided

   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
   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:
         SERVICES
         
         Service Category: 16
         
         Region Codes: UKH33 - Essex CC         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Refuse and waste related services. Household-refuse collection services. Refuse transport services. Vehicles for refuse and sewage. Waste and rubbish containers and bins. THIS IS AN AWARD NOTICE

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.1.5)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.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 4500
         Infrastructure - 1100
         Operational Delivery - 3190
         Mobilisation, innovation and added value - 1210
         
      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


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: MDC/2015/0004

      V.1)Date Of Contract Award: 11/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: SITA SUEZ
         Postal address: SITA House, Grenfell Road
         Town: Maidenhead
         Postal code: SL6 1ES
         Country: United Kingdom
         Email: louise.webb@sita.co.uk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 16,037,889.12
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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.delta-esourcing.com/delta/viewNotice.html?noticeId=175651503
GO-2016127-PRO-7670098 TKR-2016127-PRO-7670097   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 27/01/2016