Tender

Tender for Collection, Transportation, Handling and Disposal / Treatment of Highways Related Waste

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-000730

Procurement identifier (OCID): ocds-h6vhtk-042bdf

Published 10 January 2024, 9:11am



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Carole Le Roux

Email

carole_leroux@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

www.sandwell.gov.uk

Buyer's address

www.sandwell.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/sandwellmbc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sandwellmbc

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tender for Collection, Transportation, Handling and Disposal / Treatment of Highways Related Waste

Reference number

SMBC 23067

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Sandwell Metropolitan Borough Council ("the Council") has implemented a Waste Improvement Plan to develop its waste, cleansing services and infrastructure. This included entering into a strategic partnership contract with Serco, in relation to integrated waste and cleansing services, bringing private sector capacity, expertise and investment to this service area. As a strategic partner Serco now delivers a number of services on behalf of the Council, however this does not include the collection, handling, transportation, storage, recovery or disposal of Highways Related Waste. This tendering exercise is seeking expressions of interest from experienced and qualified contractors to deliver those requirements.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

Please refer to the ITT Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 June 2024

End date

31 May 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the ITT Documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the ITT Documents

Minimum level(s) of standards possibly required

Please refer to the ITT Documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to the ITT Documents

Minimum level(s) of standards possibly required

Please refer to the ITT Documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 February 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 February 2024

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View the On-Line Questionnaire and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.

six.4) Procedures for review

six.4.1) Review body

The High Court of England

Royal Courts of Justice the Strand

London

WC2A 2LL

Country

United Kingdom