By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Contract for Municipal Waste Haulage Service

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Durham County Council
Corporate Procurement, County Hall
For the attention of: Susan Kitching
DH1 5UL Durham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.durham.gov.uk

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 authority
Regional or local authority
I.3)Main activity
General public services
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:
Contract for Municipal Waste Haulage Service
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: County of Durham

NUTS code UKC14

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)
The Council is seeking tenders from suitably qualified and experienced contractors for the provision of a municipal waste haulage service. It is the intention of the Council to award the contract to one contractor.
The primary objective of the Contract is for the successful bidder to load, haul and deposit residual, mixed dry and mixed glass recyclable waste from the Council's waste transfer stations to nominated delivery points.
The successful bidder shall provide, operate and maintain appropriate plant at each of the waste transfer stations for the loading of waste into vehicles for hauling.
The contract will be for an initial period of 5 years with an option to extend up to a further 3 years. The maximum length of the Contract is therefore 8 years.
The Council cannot guarantee the tonnage of waste that will be presented to the successful bidder under this Contract, however it is estimated that the successful bidder will haul between 100,000 and 120,000 tonnes of residual waste per annum and between 20,000 and 50,000 tonnes of mixed dry and mixed glass recyclables per annum (combined). These tonnages may vary over the lifetime of the Contract.
II.1.6)Common procurement vocabulary (CPV)

90500000, 90512000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be set out in the tender documents if relevant
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out 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:
The Council reserves the right to require groupings of service providers to take a particular legal form or to require a single service provider to take primary liability or to require each party to undertake joint and several liability, if relevant. Further details will be set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Council has undertaken a comitment to ensure wider social and community benefits are achieved in the course of all its comissioning and procurement activities. In accordance with this, bidders may be required to work with the Council towards achieving such aims.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 45-50 of Directive 2004/18/EC and Regulations 23-29 of the Public Contracts Regulations 2006 and as set out in the Invitation to Tender available from the NEPO Portal as detailed in V1.3
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the Invitation to Tender available from the NEPO Portal as detailed in Section V1.3
Minimum level(s) of standards possibly required: Public Liabilaity 5 000 000 GBP, Employers Liability 10 000 000 GBP, Motor Vehicle Insurance 5 000 000 GBP. Applicants must have a minimum annual turnover of £6 000 000 GBP. Applicants will undergo a further credit assessment (full details in the Invitation to Tender).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48-50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Invitation to Tender available from the NEPO Portal as detailed in Section V1.3
Minimum level(s) of standards possibly required:
Only those bidders who successfully passed sections A to F of the Invitation to Tender, in line with the evalaution criteria listed will progress to have their responses to Technical Questions and Price evaluated. Parts A to F include financial assessment , grounds for exclusion, insurance, health and safety, equality and diversity, Operators Licence, Waste Carriers Licence, Waste Haulage Experience and References.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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
Open
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 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:
QTLE 93XHZA
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.2.2013 - 16:00
IV.3.4)Time limit for receipt of tenders or requests to participate
26.2.2013 - 16:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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

The Invitation to Tender is available for download via www.nepoportal.org. Access the Supplier area, select Durham and input QTLE-93XHZA. Expressions of Interest must be by way of completion and return of the Invitation to Tender by 16:00hrs 26/02/2013. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is expected to apply to this contract. Further details are set out in the Invitation to Tender. The Contract value is estimated to be between £15m and £20m over the life of the contract including the extension period. The duration of the Contract is 5 years, subject to the right of the Authority (as its sole discretion) to exercise its right to extend the Contract by up to 3 periods of up to 12 months. The maximum length of the Contract is therefore 8 years.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a standstill period when award of this contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations 2006 (SI2006 No 5) (as amended) provide the 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.1.2013

Other interesting websites