- Scope of the procurement
- Lot 1. Wood
- Lot 2. Cardboard
- Lot 3. Inert Materials
- Lot 4. Scrap Metal
- Lot 5. Automotive Batteries
- Lot 6. Asbestos
- Lot 7. Plasterboard
- Lot 8. Textiles
- Lot 9. Confidential waste
- Lot 10. Chemicals
- Lot 11. Street Sweepings and Gully Tanker Risings
- Lot 12. Ad Hoc Skips
- Lot 13. Ad Hoc Skip Movements
Section one: Contracting authority
one.1) Name and addresses
North Lincolnshire Council
Church Square House
Scunthorpe
DN156NL
Contact
Procurement Team
Telephone
+44 1724296196
Country
United Kingdom
NUTS code
UKE1 - East Yorkshire and Northern Lincolnshire
Internet address(es)
Main address
www.northlincolnshirecouncil.co.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Waste Collection Treatment and Disposal Service
Reference number
DN525221
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority provides a range of operational services that directly or indirectly generate waste. The Authority also receives waste and recycling deposited by residents at its eight HRC's. The Authority is seeking a provider/s that will collect and/or treat and dispose of waste in accordance with all relevant statutory provisions.
The Skip Framework consists of 11 Lots of waste streams
two.1.5) Estimated total value
Value excluding VAT: £650,000
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
Wood
Lot No
1
two.2.2) Additional CPV code(s)
- 03416000 - Wood waste
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The wood lot consists of waste wood received via the HRC sites across North Lincolnshire or resulting from Authority operations. Waste wood includes, but is not limited to, garden sheds, furniture, wardrobes, bed bases, chairs, tables, kitchen units.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
by a further 2 times 12month extensions
two.2) Description
two.2.1) Title
Cardboard
Lot No
2
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The cardboard lot typically consists of corrugated and un-corrugated cardboard and is stored externally.
Cardboard is received via all 8 HRC sites in North Lincolnshire.
Skips/containers for use on the HRC Sites to receive/store contract waste are provided by the Authority for lot 2.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Inert Materials
Lot No
3
two.2.2) Additional CPV code(s)
- 14920000 - Recovered secondary non-metal raw materials
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The inert material lot consists of rubble, ceramics and soil received via 5 of the HRC sites or from Authority operations in North Lincolnshire.
Inert materials are stored externally in 16 yard roll on off hooklift skips. The skips/containers for use on the HRC sites to receive/store contract waste are to be supplied by the Provider for Lot 3.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Scrap Metal
Lot No
4
two.2.2) Additional CPV code(s)
- 14630000 - Slag, dross, ferrous waste and scrap
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The Scrap Metal Lot consists of both ferrous and non-ferrous such as play equipment, filing cabinets, furniture, shelving, bathroom fittings. Skips should not contain items of WEEE.
Scrap metal is received via all 8 HRC sites in North Lincolnshire.
Scrap metal is stored externally in 40 yard skips. The skips/containers for use on the HRC sites to receive/store contract waste are to be supplied by the Provider for Lot 4.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
2 further 12 months
two.2) Description
two.2.1) Title
Automotive Batteries
Lot No
5
two.2.2) Additional CPV code(s)
- 31440000 - Batteries
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
2.14.1 The automotive batteries lot contains batteries from vehicles.
Automotive batteries are received via all 8 HRC sites within North Lincolnshire.
Automotive batteries are stored externally in 1 tonne pallet boxes with lids. The skips/containers for use on the HRC sites to receive/store contract waste are to be supplied by the Provider for Lot 5.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 12 month extensions
two.2) Description
two.2.1) Title
Asbestos
Lot No
6
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90500000 - Refuse and waste related services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The asbestos lot consists of bagged asbestos waste. Asbestos is a hazardous waste. The Authority provide a skip for residents to separate asbestos from their general waste. Asbestos cannot be broken up and is bagged to avoid the risk from airborne fibres. The Authority's policy provides bags to residents prior to accepting asbestos waste.
Asbestos is stored in a sealed, securable 25yrd skip with doors at both sides for access for disposal at the Scunthorpe HRC site only. The skip/container for use on the HRC Site to receive/store contract waste is to be supplied by the Provider for Lot 6.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 month extension
two.2) Description
two.2.1) Title
Plasterboard
Lot No
7
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The plasterboard lot consists of any waste which consists wholly or partly of plaster, gypsum or plasterboard. Plasterboard is a hazardous waste that cannot be landfilled - a separate enclosed skip to keep plasterboard separate from general waste is used to avoid this.
Plasterboard is stored in sealed 25yrd skips with doors at both sides for access for disposal at the Scunthorpe HRC site only. The skip/container for use on the HRC site to receive/store contract waste is to be supplied by the Provider for Lot 7
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Textiles
Lot No
8
two.2.2) Additional CPV code(s)
- 19620000 - Textile waste
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The textiles lot contains clothing, paired shoes, hats, handbags, belts, household textiles (sheets, pillow cases, tea towels etc). All items, as far as is practicable, are to be clean, dry and odour free.
The following items are not accepted as textiles - duvets, pillows, wet/soiled clothing, rolls of fabric/wool, items removed from general waste, unfinished garments from manufacturing process or other non-clothing items.
2.17.3 Textiles are received via 8 HRC sites in North Lincolnshire as well a number of bring bank locations (see Appendix A). Textiles are stored in bring bank containers. The skips/containers for use on the HRC sites and bring bank locations to receive/store contract waste are to be supplied by the Provider for Lot 8.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Confidential waste
Lot No
9
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The confidential waste lot contains paper and shredded paper.
Confidential waste is received from Authority operations and from commercial customers throughout North Lincolnshire. The Provider shall service and collect containers throughout North Lincolnshire as per a set schedule to support the authority in maximising the material sent for recycling.
Confidential waste can be stored in a range of collection containers as per requests ranging from, but not limited to, sacks, 2 wheeled bins, 4 wheeled bins and enclosed skips on ad-hoc requests and are to be supplied by the Provider for Lot 9.
The number of sites will vary throughout the duration of the service contract and periodic changes to existing sites may also be required. The Provider shall not remove or take on any additional customers directly.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Chemicals
Lot No
10
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The chemical lot contains any hazardous household chemicals presented at all 8 HRC sites, fly tipped chemicals and chemicals from other Authority depots within North Lincolnshire.
Chemicals received at the HRC sites are stored in a purpose built chemical container (size 1275 x 1275 x 675mm), which are lockable and have a storage shelf. The skips/containers for use on the HRC sites to receive/store contract waste are supplied by the Authority for Lot 10.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Street Sweepings and Gully Tanker Risings
Lot No
11
two.2.2) Additional CPV code(s)
- 14630000 - Slag, dross, ferrous waste and scrap
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The Authority operate a number of mechanical road sweepers and fully emptying tankers as part of its activities as a Highways Authority.
Prior to placement into the collection bay, the Authority mixes street sweepings and gully emptying waste together for dewatering with an impermeable surface with a sealed drainage to allow liquid to drain off. Solid material is stored in another bay to allow additional time for drain off prior to collection.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Ad Hoc Skips
Lot No
12
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The Ad-Hoc Skip Lot consists of delivery, collection/servicing and provision of a variety of skip containers as required by the Authority within 24 hours of notification to supply being received to any and all locations specified within North Lincolnshire. Full skips shall also be removed for treatment and disposal within 24 hours of notification to remove.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
two.2) Description
two.2.1) Title
Ad Hoc Skip Movements
Lot No
13
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
two.2.3) Place of performance
NUTS codes
- UKE1 - East Yorkshire and Northern Lincolnshire
two.2.4) Description of the procurement
The ad-hoc skip movement lot consists of collection and return of skips between Authority sites or to contracted destinations. Lot 13 does not include for the processing of any contract waste.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
Further 2 x 12 months
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
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
12 March 2021
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: 120 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 March 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
WC2A 2LL
Country
United Kingdom