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

Commercial waste and recycling collection and disposal service contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Wokingham Borough Council
Civic Offices, Shute End
For the attention of: Belinda Kennedy
RG40 1WH Wokingham
UNITED KINGDOM
Telephone: +44 1189746283
E-mail:
Fax: +44 1189746259

Internet address(es):

General address of the contracting authority: www.wokingham.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:
Commercial waste and recycling collection and disposal service contract.
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: Wokingham Borough.

NUTS code UKJ11

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)
Wokingham Borough Council invites expressions of interest from suitably experienced and qualified organisations for the provision of a commercial waste and recycling collection and disposal service in line with all relevant legislative requirements. Organisations will be required to demonstrate experience in delivering this type of service and in achieving high recycling rates and reduced landfill.
Currently 99 sites, within the borough, are opted into the existing contract; these include schools, corporate sites, libraries, community centres etc. It should be noted that Sites may opt in or out of this contract during the term.
The Council reserves the right not to accept the lowest priced or any tender submitted.
II.1.6)Common procurement vocabulary (CPV)

90511000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
II.2.2)Information about options
Options: yes
Description of these options: There is an opportunity to extend the contract up to 4 years subject to satisfactory performance and value for money criteria.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration 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:
A Performance Bond will be required for 15 % of the annual contract value.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Within 28 days of a properly rendered invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
Information and formalities necessary for evaluating if the requirements are met: Wokingham Borough Council requires each potential service provider to complete and return its Pre-Qualification Questionnaire (PQQ) by the specified time limit providing information and proof relating to themselves and, if applicable, to their ultimate holding company. The Council will make an assessment for the purposes of selection based on, but not limited to, their ability to deliver the service, financial status, insurance, professional and business standing, references, performance bond and the acceptance of undertakings as further detailed in the PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Specific information and proof will be specified in the Pre-Qualification Questionnaire to be supplied.
Minimum level(s) of standards possibly required: Specific information and proof will be specified in the Pre-Qualification Questionnaire to be supplied.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Specific information and proof will be specified in the Pre-Qualification Questionnaire to be supplied.
Minimum level(s) of standards possibly required:
Specific information and proof will be specified in the Pre-Qualification Questionnaire to be supplied.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 8
Objective criteria for choosing the limited number of candidates: Top scoring PQQ's.
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. Overall price. Weighting 40

2. Service delivery. Weighting 25

3. Quality of contract management. Weighting 25

4. Social and environmental. Weighting 10

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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
9.1.2015 - 17:00
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
24.11.2014

Other interesting websites