Section one: Contracting authority
one.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
Telephone
+44 1656642592
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
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://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/home.html
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
https://etenderwales.bravosolution.co.uk/home.html
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
Recycling of Street Cleaning Waste
Reference number
B663
two.1.2) Main CPV code
- 90514000 - Refuse recycling services
two.1.3) Type of contract
Services
two.1.4) Short description
Bridgend County Borough Council (BCBC) invites you to submit a Tender for the collection, sorting and Recycling of Street Cleaning Waste.
two.1.5) Estimated total value
Value excluding VAT: £560,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
- 90514000 - Refuse recycling services
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance
County Borough of Bridgend
two.2.4) Description of the procurement
The Service Provider shall provide 3 x 40 yd. skips (or their equivalent) and collect loose material (bagged) and fly tipped material from a specified collection point. Access for the service provider to Waterton Depot will be during the operating hours. The Service Provider will be required to provide agreed sized skips to the specified collection point, remove skips within 1 working day of a request and process the material therein for recycling. The council will make every effort to remove all white goods, tyres, fluorescent lights, and gas cylinders from the skips before collections. Every attempt will be made to identify high levels of dog fouling and segregate, if required by the Service Provider but they will still be responsible for its disposal.
The Service Provider shall ensure that the driver(s) of any vehicles(s) deployed on this service are equipped with a communication system in the vehicle. Sheeting is to be used on skips collected from the specified collection point to prevent loss of load during transit.
The recycling targets will be set at a minimum of 40% for the total amount of waste deposited at the Service Provider facility.
two.2.5) Award criteria
Quality criterion - Name: Understanding the Project Brief. / Weighting: 10
Quality criterion - Name: Delivery Method / Weighting: 10
Quality criterion - Name: Team and Staff / Weighting: 5
Quality criterion - Name: Previous Experience / Weighting: 5
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The Successful Bidder will be awarded a contract for One (1) Year (With options to extend for up to a total of Three (3) further years on an annual basis).
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
To be conducted electronically on ETenderWales (ITT No: 86303).
See Tender Documents.
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.2.2) Contract performance conditions
See 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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2021
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
26 April 2021
Local time
2:00pm
Place
Bridgend County Borough Council
Information about authorised persons and opening procedure
Cabinet Committee Services and Procurement Officers.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
See Tender Documents.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=109242
(WA Ref:109242)
The buyer considers that this contract is suitable for consortia.
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