Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Vela Group
Greenbank, Stranton
For the attention of: John McGee
TS24 7QS Hartlepool
UNITED KINGDOM
Telephone: +44 1642947156
E-mail:
Fax: +44 1642947550
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/velagroup/aspx/Home
Address of the buyer profile: www.velagroup.co.uk
Electronic access to information: https://in-tendhost.co.uk/velagroup/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/velagroup/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe 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 Management Refuse and Waste Related Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKC11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Refuse and waste related services. Non-hazardous refuse and waste treatment and disposal services. Refuse recycling services. Vela is a major North East Housing Group (www.velagroup.co.uk) and was formed in 2010 as a result of a partnering between social landlords Tristar Homes (www.tristarhomes.co.uk) and Housing Hartlepool (www.housinghartlepool.org.uk), which together has over 17 000 homes and 700 employees.
The majority of our homes are for rent, but also include shared ownership, right to buy, outright sale and sheltered care schemes. Our vision of 'shaping places, creating communities and changing lives' is embedded throughout our corporate culture as we aim to become a leading social housing group in the North East.
This tender exercise will be carried out via our e-tendering system. To register your interest in this notice and obtain the ITT and any additional information please visit our electronic tendering website in-tend https://in-tendhost.co.uk/velagroup/aspx/Home
The Vela Group is looking to procure waste management contractor(s) to deliver a successful waste management programme and achieve best practice and cost effectiveness.
The main stream of our industrial waste stems from our building and refurbishment works and as such we require to be given access to a waste transfer station facility in order for us to deposit all the waste products arising from our work in our properties.
It is estimated that will produce some 3 000 tonnes of a mix of inert/landfill type of waste and active/incinerator type of waste per annum plus the waste from our offices including confidential waste, disposal of tyres, fridge freezers and electrical waste computers etc.
Vela would require contractors to carry out all waste removal in the Borough of Stockton on Tees and Hartlepool covering the following services which will include but not be limited to:-
This contract opportunity is broken down into 5 lots comprising of:
Lot 1: General Waste/Refuse Disposal/Recycling,
Lot 2: Office Confidential Waste/Recycling,
Lot 3: Additional Waste/Refuse Disposal/Recycling,
Lot 4: Ad hoc skips,
Lot 5: Access to Waste Transfer Station Facility.
Tenderers should be aware that at the present time Vela Group is operating from locations in both Hartlepool and Stockton On Tees, however there is the potential within the first 18 months of the contract that a central distribution building will become live which will cater for all waste generated by our works division in relation to skips. Therefore the successful contractor will focus on collection and delivery of skips in a more central location.
You must complete the ITT questionnaire and provide all the documents that are requested in the questionnaire. Failure to provide the requested documents will result in your tender failing. Your tender submission should not be qualified in any way.
This contract is a 3 year with the option to extend by 1 x 12 month and 1 x 12 month periods
Closing Date and Time for return of tenders is 12 noon on 1.2.2013.
II.1.6)Common procurement vocabulary (CPV)90500000, 90513000, 90514000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
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 tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As stated in 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 tender documents.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As stated in tender documents.
Minimum level(s) of standards possibly required: As stated in tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As stated in tender documents.
Minimum level(s) of standards possibly required:
As stated in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:VE/TEN/12/378.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 31.1.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.2.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 4.2.2013 - 12:01
Place:
Via electronic time lock.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 2017.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderer's will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.
GO Reference: GO-20121211-PRO-4447795
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresVela Group
Greenbank
TS24 7QS Hartlepool
UNITED KINGDOM
Telephone: +44 1429525252
Fax: +44 1642947550
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Vela Group will incorporate a minimum 10 calendar-day standstill periods at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from Vela Group before the contract is entered into. Such information should be requested from the address stated in section I.1 above. If an appeal regarding the award of Contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006no 5) as amended by the Public Contracts (Amendments) Regulations 2009 (SI 2009 No 2992) provide for aggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a Contract has not been entered into the Court may order the setting aside of the award decision or order Vela Group to amend any document and may award damages. If the Contract has been entered into the Court may order the ineffectiveness of a Contract where serious rule breaches have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening fines or both.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.12.2012