Tender

Waste Collection Services

  • Bridgend County Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-009003

Procurement identifier (OCID): ocds-h6vhtk-03b6b9

Published 28 March 2023, 3:39pm



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

Email

Tenders@bridgend.gov.uk

Telephone

+44 1656642596

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

https://www.bridgend.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417

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

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 Services

Reference number

B782

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The incumbent contractor provides a waste collection service to all residential and, where applicable, commercial properties within Bridgend County Borough Council (BCBC). In addition, the incumbent contractor also manages three Community Recycling Centres (CRC) within BCBC.

The contract between the incumbent contractor and BCBC is due to expire on 31st March 2024 and as such BCBC are seeking a Contractor to undertake all the Services currently provided for such period as it set out in Clause 1.3 of the Contract.

The Contractor shall provide Services comprising Recyclables and Residual Waste Collections and Community Recycling Centre (CRC) services for the duration of the Contract Period in compliance with all relevant Legislation and with consideration to existing policy and guidance including on health and safety and environmental matters. See the 01_Schedule_1_ Specification - FINAL and Appendices and Schedules Folder.

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90511200 - Household-refuse collection services
  • 90513100 - Household-refuse disposal services
  • 90514000 - Refuse recycling services
  • 90500000 - Refuse and waste related services
  • 98350000 - Civic-amenity services

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

Bridgend County Borough.

two.2.4) Description of the procurement

The Contractor shall provide Services comprising Recyclables and Residual Waste Collections and Community Recycling Centre (CRC) services for the duration of the Contract Period in compliance with all relevant Legislation and with consideration to existing policy and guidance including on health and safety and environmental matters.

Services shall include:

* Collection Services including:

* Weekly Segregated Collection of Dry Recyclables from households.

* Weekly Segregated Collection of Food Waste from households.

* Fortnightly separate collection of Garden Waste from the beginning of third full week in March to the end of second full week in November from households subscribing for the service.

* Fortnightly collection of Residual Waste from households in authorised sacks in compliance with this Specification.

* Fortnightly collection of Absorbent Hygiene Products (AHP) in authorised sacks from households registered for this service and its subsequent transfer and treatment at a Recycling facility sourced by the Contractor.

* Provision of Assisted Collections to households registering for the service.

* Collection of Bulky Waste from households and its management with a focus on Re-use and Recycling of suitable items whenever possible.

* Provision and continuing development of a Recycling focussed Commercial Recyclables and Waste collection service to the Authority’s Commercial Waste Customers.

* Management of the Authority’s CRCs in accordance with the Specification and with particular focus on Re-use and enhanced Recycling through continuation of measures including a requirement on users bringing bagged or mixed Residual Waste to sort all Recyclables prior to disposing of only the true Residual Waste element in the bags / mixed waste.

* Provision of secure markets for all collected materials (other than household and commercial Residual Waste and Household Food Waste) including transport to the corresponding end destinations.

* Delivery of Household Food Waste to the Tondu Depot and bulking of Household Food Waste for haulage in bulk articulated trailers supplied by the Authority’s Food Waste haulage contractor.

* Transfer of household and commercial Residual Waste to the Authority nominated treatment or disposal facility currently the Materials Recovery and Energy Centre (MREC) at Baldwin’s Crescent, Crymlyn Burrows, Swansea, SA1 8PZ.

* Management of the Tondu Depot.

* Provision and management of a Management Information System (MIS) including real time monitoring and reporting of Service performance.

* Provision and management of a Customer Care Centre (CCC), on behalf of the Authority, for directly dealing with all Service-related queries, requests, bookings, complaints, and compliments.

* Monitoring and reporting of relevant Services performance information at intervals specified in the Contract.

* Timely and accurate reporting of Performance Standards and Failures in accordance with Schedule 3 – Performance Framework; and

* Provision of all other Services in the Specification in accordance with the Contract.

See Tender Documents.

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 April 2024

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to a further 2-years.

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


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

See Tender Documents

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.

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

30 June 2023

Local time

12:00pm

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

Tender must be valid until: 29 September 2023

four.2.7) Conditions for opening of tenders

Date

30 June 2023

Local time

12:00pm

Place

Bridgend County Borough Council

Information about authorised persons and opening procedure

Opened on ETenderWales in the presence of the Monitoring Officer (Or Deputy), Cabinet Committee & Procurement Officers.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

The tender process is advertised on this portal (Sell2Wales & OJEU), but will be fully conducted electronically on ETenderWales.

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=130271

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:

See Project Overview Section A, Page 14, Para 2.48 and 02. Schedule 2 - Quality Evaluation Document, Part 3 Method Statement Questions 14 & 15.

(WA Ref:130271)

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