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
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
Telephone
+44 1954713378
Country
United Kingdom