Tender

Provision of Recycling and Haulage Service for Dry Mixed Recyclable Waste Materials

  • Caerphilly County Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-019865

Procurement identifier (OCID): ocds-h6vhtk-02d508

Published 16 August 2021, 9:44am



Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

Contact

Ian Evans

Email

evansi1@caerphilly.gov.uk

Telephone

+44 1443863157

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

www.caerphilly.gov.uk

Buyer's address

http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

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://supplierlive.proactisp2p.com/Account/Login

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

Provision of Recycling and Haulage Service for Dry Mixed Recyclable Waste Materials

Reference number

CCBC/PS1506/17/CD

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Caerphilly County Borough Council ('the Council') established a Dynamic Purchasing System (DPS) for the Provision of a Recycling and Haulage Service for Dry Mixed Recyclable (DMR) Waste Materials in May 2017. This notice is for any experienced and suitably qualified Suppliers who wish to join the DPS. The DPS expires on 30 April 2023, however the Council reserves the right to extend or shorten the DPS validity period at its own discretion. Suppliers are permitted to join during the validity period of the DPS subject to meeting the Council’s pre-qualification criteria, which is available via the Council’s e-tendering portal-Proactis Plaza. Suppliers should note that admission onto the DPS is not a guarantee of any award of contracts and there is also no guarantee of volume or value of contracts to be let via the DPS.

It is anticipated that the Council will run a mini competition during September 2021 with the objective of awarding a contract for a period of two years with an option to extend for an additional twenty-four months in periods to be agreed by the Council.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90513000 - Non-hazardous refuse and waste treatment and disposal services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Within the boundaries of Caerphilly County Borough Council.

two.2.4) Description of the procurement

Caerphilly County Borough Council ('the Council') established a Dynamic Purchasing System (DPS) for the Provision of a Recycling and Haulage Service for Dry Mixed Recyclable (DMR) Waste Materials in May 2017. This notice is for any experienced and suitably qualified Suppliers who wish to join the DPS. The DPS expires on 30 April 2023, however the Council reserves the right to extend or shorten the DPS validity period at its own discretion. Suppliers are permitted to join during the validity period of the DPS subject to meeting the Council’s pre-qualification criteria, which is available via the Council’s e-tendering portal-Proactis Plaza. Suppliers should note that admission onto the DPS is not a guarantee of any award of contracts and there is also no guarantee of volume or value of contracts to be let via the DPS.

It is anticipated that the Council will run a mini competition during September 2021 with the objective of awarding a contract for a period of two years with an option to extend for an additional twenty-four months in periods to be agreed by the Council. However the Council reserves the right to define the exact individual contact term and such information will be made available within each mini competition via the associated procurement documentation.

All Suppliers established on the DPS will be invited to participate in future mini competitions providing that they continually meet the DPS qualification criteria for the validity period of the DPS. The award criteria for the mini competitions shall be based on either price or cost only or price-quality ratio. The % weighting will be price or cost 0-100% and price-quality 0-100% split between both criteria. Suppliers may be required to consider different pricing or costing strategies as part of the mini competitions. Future mini competitions will include the exact award criteria, associated weightings and pricing or costing strategy for the specific requirement.

A Supplier Guidance Document has been produced to assist Suppliers who wish to join the DPS.

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

Start date

1 September 2021

End date

30 April 2023

This contract is subject to renewal

Yes

Description of renewals

The Council reserves the right to extend or shorten the DPS validity period at its own discretion.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 999

Objective criteria for choosing the limited number of candidates:

The envisaged number of Suppliers that may participate in the DPS is difficult to predict. The procurement exercise for the DPS is being carried out electronically, via the Council’s e-tendering portal - Proactis Plaza (Proactis Plaza), www.proactisplaza.com/SupplierPortal. The Council's full requirements for the DPS are available via Proactis Plaza, and as such, all documentation and correspondence must be submitted electronically via the Proactis Portal. No oral communication will be undertaken. Failure to comply with the electronic process may delay or eliminate you from joining the DPS. Applications from Suppliers to join the DPS must be received in accordance with the relevant instructions no later than the time and date indicated.

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.

Under the DPS the Council will require compliance with its policies and procedures and Suppliers are advised and encouraged to satisfy themselves that they understand all of the requirements of the DPS before submitting their application.

Minimum level(s) of standards possibly required

Maintain Natural Resources Wales/ Environment Agency License and Local Authority Planning consents/ approvals to receive and treat the fractions and quantities of materials set out under the mini competition process.

Ensure compliance with all Health and Safety and WISH and other legislative requirements.

Ensure compliance with the MRF Protocol (The Environmental Permitting (England and Wales) (Amendment) Regulations 2014) for all processes used to recycle the materials received

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The specific requirements for individual contract performance conditions that maybe procured under the DPS cannot be clearly defined at this stage, however full details (if applicable on a contract by contract basis) will be available via the mini competitions and associated procurement documentation.

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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: 2017/S 046-084540

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 October 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Council reserves the right to extend or shorten the DPS validity period at its own discretion.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The procurement is to be processed in accordance with the Public Contract Regulations 2015 (the Regulations)in line with the Restricted Procedure Regulation 28 and Dynamic Purchasing Systems Regulation 34 and administered via Caerphilly CBC’s e-tendering portal-Proactis Plaza. Please refer to the attached supplier guidance document for the registration process. 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=99186.

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=113169.

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:

The Well-being of Future Generations (Wales) Act is about improving the social, economic, environmental and cultural well-being of Wales. It will make the public bodies listed in the Act think more about the long-term, work better with people and communities and each other, look to prevent problems and take a more joined-up approach. This will help us to create a Wales that we all want to live in, now and in the future. To make sure we are all working towards the same vision, the Act puts in place 7 well-being goals. Public bodies need to make sure that when making decisions, they take into account the impact they could have on people living their lives in wales in the future.

1) A Prosperous Wales;

2) A Resilient Wales;

3) A Healthier Wales;

4) A More equal Wales;

5) A Wales of cohesive communities;

6) A Wales of vibrant culture and thriving welsh language;

7) A Globally responsible Wales.

The Council will aim to identify positive outcomes, which it will seek to achieve by working in partnership with Suppliers to deliver against the requirements of the Act.

The Council reserves the right to utilise the Themes, Outcomes and Measurements (TOMs) framework to support the unlocking of additional Social Value with any Supplier that is successful in securing any Contracts via this DPS.

(WA Ref:113169)

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

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit