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 1656642596
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.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