Tender

Provision of Waste Disposal & Containers – BMBC & Berneslai Homes

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-001882

Procurement identifier (OCID): ocds-h6vhtk-04d4ac

Published 20 January 2025, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Contact

Natalie Taylor

Email

natalietaylor@barnsley.gov.uk

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89404&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89404&B=UK

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

Provision of Waste Disposal & Containers – BMBC & Berneslai Homes

Reference number

P089

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).

two.1.5) Estimated total value

Value excluding VAT: £2,830,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Provision of Waste Disposal & Containers – BMBC & Berneslai Homes

Lot No

0

two.2.2) Additional CPV code(s)

  • 03416000 - Wood waste
  • 14630000 - Slag, dross, ferrous waste and scrap
  • 19640000 - Polythene waste and refuse sacks and bags
  • 34928480 - Waste and rubbish containers and bins
  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).

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: £2,830,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods

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

two.2) Description

two.2.1) Title

Lot 1 Waste Disposal (1)

Lot No

1

two.2.2) Additional CPV code(s)

  • 03416000 - Wood waste
  • 14630000 - Slag, dross, ferrous waste and scrap
  • 19640000 - Polythene waste and refuse sacks and bags
  • 34928480 - Waste and rubbish containers and bins
  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).

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: £2,125,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods

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

two.2) Description

two.2.1) Title

Lot 2 Containers (1)

Lot No

2

two.2.2) Additional CPV code(s)

  • 03416000 - Wood waste
  • 14630000 - Slag, dross, ferrous waste and scrap
  • 19640000 - Polythene waste and refuse sacks and bags
  • 34928480 - Waste and rubbish containers and bins
  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

This contract is for the processing of contract waste produced from the performing of frontline services by the Neighbourhood Services Team, bulky collections and clearance of VOID properties (Lot 1 - Waste Disposal) and provision of waste containers for the council and Berneslai Homes (Lot 2 - Containers).

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: £705,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term, with the option to extend for a further 3 x 12 month periods

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

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

28 February 2025

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom