Tender

South Cambridgeshire District Council - Collections - Small Electrical Appliances (WEEE)

  • South Cambridgeshire District Council

F02: Contract notice

Notice identifier: 2022/S 000-001984

Procurement identifier (OCID): ocds-h6vhtk-030e59

Published 24 January 2022, 11:26am



Section one: Contracting authority

one.1) Name and addresses

South Cambridgeshire District Council

South Cambridgeshire Hall, Cambourne Business Park

Cambourne

CB23 6EA

Contact

Dee Wood

Email

Dee.Wood@scambs.gov.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://procontract.due-north.com/Advert/Index?advertId=221ddff2-057d-ec11-8110-005056b64545

Buyer's address

https://procontract.due-north.com/Advert/Index?advertId=221ddff2-057d-ec11-8110-005056b64545

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://procontract.due-north.com/Advert/Index?advertId=221ddff2-057d-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=221ddff2-057d-ec11-8110-005056b64545

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

South Cambridgeshire District Council - Collections - Small Electrical Appliances (WEEE)

Reference number

DN593639

two.1.2) Main CPV code

  • 90510000 - Refuse disposal and treatment

two.1.3) Type of contract

Services

two.1.4) Short description

SCDC and CCC are operating a shared waste service and so the collections will be operating across the areas of SCDC and CCC. Together these are referred to as The Councils.

The Councils are looking for a suitably qualified and skilled Contractor to supply a weekly collection service for 16 small electrical appliance (WEEE) banks. Collections will be required from fourteen sites/locations across Cambridge City and South Cambridgeshire.

Five bins are housed on hydraulic platforms underground.

• The successful Contractor needs to be a fully licenced waste carrier with the ability to collect small electrical items.

• The successful Contractor shall be responsible for the collection and delivery of material before it is taken to its end destinations.

• Once collected, items will need to go to a suitable authorised waste facility to be sorted prior to delivery to end destinations.

• Full chain of custody records will be required on a monthly basis to show where items have been recycled/upcycled to/end destinations.

• Vehicles used by the service provider must be suitable and road worthy holding all the relevant licences and meeting VOSA’s standards.

• The successful Contractor will have an excellent track record of operating within Health and safety legislation and ensuring that it utilises weighbridge tickets to understand volumes that have been sent for recycling.

• The successful Contractor needs to have resources to guarantee a weekly collection.

• The successful Contractor needs to have resources to increase collection frequency and respond to Ad-hoc and urgent call outs.

• The frequency of collections will be monitored, reviewed and if deemed necessary adjusted by agreement.

• The successful Contractor will provide a dedicated point of contact for operational queries including site collection issues.

• The successful Contractor will provide a dedicated point of contact for data and reporting information.

For more information and to obtain the tender documentation please see our electronic tendering portal: https://procontract.due-north.com/Advert?advertId=221ddff2-057d-ec11-8110-005056b64545

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

As set out in the tender documents:

SCDC and CCC are operating a shared waste service and so the collections will be operating across the areas of SCDC and CCC. Together these are referred to as The Councils.

The Councils are looking for a suitably qualified and skilled Contractor to supply a weekly collection service for 16 small electrical appliance (WEEE) banks. Collections will be required from fourteen sites/locations across Cambridge City and South Cambridgeshire.

Five bins are housed on hydraulic platforms underground.

• The successful Contractor needs to be a fully licenced waste carrier with the ability to collect small electrical items.

• The successful Contractor shall be responsible for the collection and delivery of material before it is taken to its end destinations.

• Once collected, items will need to go to a suitable authorised waste facility to be sorted prior to delivery to end destinations.

• Full chain of custody records will be required on a monthly basis to show where items have been recycled/upcycled to/end destinations.

• Vehicles used by the service provider must be suitable and road worthy holding all the relevant licences and meeting VOSA’s standards.

• The successful Contractor will have an excellent track record of operating within Health and safety legislation and ensuring that it utilises weighbridge tickets to understand volumes that have been sent for recycling.

• The successful Contractor needs to have resources to guarantee a weekly collection.

• The successful Contractor needs to have resources to increase collection frequency and respond to Ad-hoc and urgent call outs.

• The frequency of collections will be monitored, reviewed and if deemed necessary adjusted by agreement.

• The successful Contractor will provide a dedicated point of contact for operational queries including site collection issues.

• The successful Contractor will provide a dedicated point of contact for data and reporting information.

For more information and to obtain the tender documentation please see our electronic tendering portal: https://procontract.due-north.com/Advert?advertId=221ddff2-057d-ec11-8110-005056b64545

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 36 months at the Councils discretion

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 36 months at the Councils discretion

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.1.2) 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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

as per the tender documentation

three.2.2) Contract performance conditions

as per the tender documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

24 February 2022

Local time

1:00pm

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

24 February 2022

Local time

2:00pm

Place

Cambourne Offices

Information about authorised persons and opening procedure

Officers present only


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years time

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

South Cambridgeshire District Council

Cambourne Business Park

Cambourne

CB23 6EA

Email

sean.missin@scambs.gov.uk

Telephone

+44 1954713378

Country

United Kingdom