Section one: Contracting authority
one.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
Contact
Colin Smith Operational Manager - Neighbourhood Services: Operations
CCSmith@valeofglamorgan.gov.uk
Telephone
+44 1446700111
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
http://www.valeofglamorgan.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Operation of Household Waste Recycling Centres in the Vale of Glamorgan
Reference number
VOG/YC/CS/FEB22
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
The Operation of Household Waste Recycling Centres
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
The Vale of Glamorgan
two.2.4) Description of the procurement
The Vale of Glamorgan Council (“the Council”) wishes to appoint a suitably qualified and experienced organisation to manage and operate its two Household Waste Recycling Centres (“the Services”). We require the Services to operate from 1st July 2022 to 30th June 2025, with the option for a further two 1-year extensions.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two (2) x one (1) year extensions
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.2.14) Additional information
The Council believes that this contract is subject to TUPE (“Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended” and related enactments). Bidders must obtain their own independent legal advice to satisfy themselves of the applicability of the regulations.
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 see attached tender documents for full information
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.2.2) Contract performance conditions
As stated in the Tender 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.2.1) Previous publication concerning this procedure
Notice number: 2016/S 175-315296
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
31 March 2022
Local time
12:00pm
Changed to:
Date
11 April 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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
31 March 2022
Local time
12:30pm
Place
Online tender opening
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
six.3) Additional information
As part of the tender evaluation, bidders may be required to give a presentation to the Council concerning their proposal. The contents of such a presentation may affect tender scores.
The Council will not be responsible for any costs incurred by a bidder in making such a presentation.
Please note: The Council believes that this contract is subject to TUPE (“Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended” and related enactments). Bidders must obtain their own independent legal advice to satisfy themselves of the applicability of the regulations
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=118998.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Bidders are also advised that the Council is interested to know what Community Benefits can be realised in association with this agreement. Further information can be obtained at www.prp.wales.gov.uk .
(WA Ref:118998)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom