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

Contract for the Management of Untreatable Residues.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The Borough Council of Gateshead on behalf of itself, South Tyneside Council and The Council of the City of Sunderland
Corporate Procurement, Civic Centre, Regent Street
For the attention of: Julie Gullon
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914335990
E-mail:

Internet address(es):

General address of the contracting authority: www.gateshead.gov.uk

Address of the buyer profile: www.nepoportal.org

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract for the Management of Untreatable Residues.
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: Gateshead, South Tyneside and Sunderland.

NUTS code UKC2

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)
This contract is being led by the Borough Council of Gateshead on behalf of itself, South Tyneside Council and The Council of the City of Sunderland (the Partner Authorities) who have formed the South Tyne and Wear Waste Management Partnership (STWWMP) for the Management of Untreatable Residues arising from their Residual Waste Treatment Contract with SITA South Tyne and Wear Ltd.
The Borough Council of Gateshead shall enter into back to back contractual arrangements with its Partner Authorities to pass down the relevant provisions of this Contract ("the Authority Contracts”). The Authority Contracts shall be implemented by the Borough Council of Gateshead as Lead Authority for the Partner Authorities under the Contract for and on behalf of itself and the
Partner Authorities.
The contract will be split into two Lots and Tenderers may bid for one or both of the lots.
Lot 1 - Up to 1 000 tonnes of Untreatable Residues from Incinerator Bottom Ash (IBA) from the treatment plant adjacent to the Energy from Waste plant located at Haverton Hill, Billingham.
Lot 2 - Up to 10 000 tonnes of Untreatable Residues from Waste Transfer Stations situated within the Administrative Areas of Gateshead, South Tyneside and Sunderland Councils. These consist of fly tipped and bulky wastes which are considered incapable of being recycled or shredded, together with excess residual Municipal Waste which may arise during three periods per year of shutdown at the Energy from Waste plant.
II.1.6)Common procurement vocabulary (CPV)

90500000, 90513400, 90510000, 90514000

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: yes
Tenders may be submitted for one or more lots
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:
The estimated annual requirements for Untreatable Residues consist of:
Lot 1 - Up to 1 000 tonnes of Untreatable Residues from Incinerator Bottom Ash (IBA) from the treatment plant adjacent to the Energy from Waste plant located at Haverton Hill, Billingham.
Lot 2 - Up to 10 000 tonnes of Untreatable Residues from Waste Transfer Stations situated within the Administrative Areas of Gateshead, South Tyneside and Sunderland Councils. These consist of fly tipped and bulky wastes which are considered incapable of being recycled or shredded, together with excess residual Municipal Waste which may arise during three periods per year of shutdown at the Energy from Waste plant.
These figures have been provided for information only and are not warranted and / or guaranteed. The contract length is 5 years with the option to extend for up to a further 48 month period.
Estimated value excluding VAT:
Range: between 2 750 000 and 4 840 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: After the initial contract period there is the option to extend for up to a further 48 months (for the avoidance of doubt an option taken up may be for a period of less than 48 months and thereafter the contract shall terminate).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Untreatable Residues from Incinerator Bottom Ash (IBA)
1)Short description
Up to 1,000 tonnes of Untreatable Residues from Incinerator Bottom Ash (IBA) from the treatment plant adjacent to the Energy from Waste plant located at Haverton Hill, Billingham. This figure has been provided for information only and is not warranted or guaranteed.
2)Common procurement vocabulary (CPV)

90513400, 90500000, 90510000, 90514000

3)Quantity or scope
Untreatable Residues from Incinerator Bottom Ash (IBA) will be transferred in 40 cu yd containers using a Ro Ro vehicle.
The dimensions for the Ro Ro Vehicle with 40 yd bin loaded are:
Length 10.20 Metres,
Width 2.55 Metres,
Travelling height 4.30 Metres,
Discharge height 8.00 Metres,
Turning Circle 24.00 Metres Diameter.
The Council considers that all wastes will be classified as ‘Active' as defined by the European Waste Codes (EWC) and as transposed into UK Law through The List of Wastes (England) Regulations 2005. The relevant EWC codes are detailed below:
19 01 12 Bottom ash and slag other than those mentioned in 19 01 11,
19 01 14 Fly ash other than those mentioned in 19 01 13,
19 01 16 Boiler dust other than those mentioned in 19 01 15.
Estimated value excluding VAT:
Range: between 250 000 and 440 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Untreatable Residues from Waste Transfer Stations
1)Short description
Up to 10,000 tonnes of Untreatable Residues from Waste Transfer Stations situated within the Administrative Areas of Gateshead, South Tyneside and Sunderland Councils. These consist of fly tipped and bulky wastes which are considered incapable of being recycled or shredded, together with excess residual Municipal Waste which may arise during three periods per year of shutdown at the Energy from Waste plant. This figure has been provided for information only and is not warranted or guaranteed.
2)Common procurement vocabulary (CPV)

90500000, 90510000, 90514000

3)Quantity or scope
The Contractor shall provide and operate the Service to receive, treat (as necessary) and dispose of Untreatable Residues from the Residual Waste Treatment Contract delivered directly to the Delivery Point(s).
Untreatable Residues are derived from Sites at:
a) Campground, Gateshead,
b) Jack Crawford House, Sunderland,
c) Middlefields, South Tyneside.
Untreatable Residues will be transferred using bulk haulage vehicles. The vehicles will either be a 44 tonne gross vehicle weight with walking floor trailers, or, a 41 tonne gross vehicle weight with ejector trailers.
The dimensions for the vehicles are:
Length 16.50 Metres,
Width 2.55 Metres,
Travelling Height 4.60 Metres,
Discharge Height 6.00 Metres (Includes headroom for trailer mounted bi-fold sheet system),
Turning Circle 25.00 Metres Diameter.
The estimated tonnage figures provided are for information only and are not warranted or guaranteed. Due to the nature of the Contract the Council cannot provide any minimum tonnage guarantee.
Estimated value excluding VAT:
Range: between 2 500 000 and 4 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional 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:
To be detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed 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:
To be detailed 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: Under this Contract the succesful Organisation, and potentially its supply chain, will be required to actively participate in the achievement of social, economic and environmental regeneration of the locality and surrounding the place of delivery of the project. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
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: Information and formalities necessary for evaluating if requirements are met:
The Contracting 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 tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
As detailed in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
In accordance with Regulations 23-29 of the Public Contracts Regulations 2006 and to be detailed in the tender documents.
Minimum level(s) of standards possibly required:
Organisations must have previous experience of the services that are proposed in their submission to deliver the requirements of the contract which may include some or all of the following:
Management of Waste Transfer Stations,
Residual Waste Treatment,
Recycling,
Waste Haulage to End markets/Final Disposal Points,
Marketing of Recycled and Recovered Materials,
Landfill.
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

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 below

1. Value for Money. Weighting 65

2. Service Delivery Plan. Weighting 25

3. Health & Safety. Weighting 7

4. Sustainability and Social Value. Weighting 3

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-8VFDPW
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: 4.12.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.12.2013 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 4.12.2013 - 14:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives from the Borough Council of Gateshead, Legal and Corporate Services.

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 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.

This procurement process is being managed electronically through the Contracting Authorities etendering system. Tender documentation will only be available electronically and bids must be submitted using the internet. To register interest in this contract and to obtain immediate access to the relevant tender documentation please go to www.nepoportal.org/Suppliers Area and register interest against Contract reference No: QTLE-8VFDPW. Once you have registered you can access and download the relevant documents immediately.

The Contracting Authority reserves the right to change or terminate without notice the procedure for awarding the contract (or part of it) at any time without liability. The most economically advantageous or any tender will not automatically be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The Borough Council of Gateshead
Civic Centre, Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.10.2013

Other interesting websites