Opportunity

Transportation and Processing of Municipal Dry Mixed Recyclables

  • Cardiff Council

F02: Contract notice

Notice reference: 2021/S 000-021728

Published 2 September 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

Email

lloyd.davies2@cardiff.gov.uk

Telephone

+44 796793197

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

www.cardiff.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transportation and Processing of Municipal Dry Mixed Recyclables

Reference number

ERFX1007581

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council operates an MRF facility in Cardiff which processes approx. 35,000 tonnes of Dry Mixed Recyclate (DMR) per year, however due to limitations of the facility it requires a third party to collect and transport any excess DMR to a facility to be sorted and recycled on its behalf.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Welsh Government has set local authorities statutory targets of recycling 58 per cent by 2016-17, 64 per cent by 2019-20 and 70 per cent of waste by 2024-25. The Council is encouraged to divert waste away from landfill so that it can be reused or recovered.

1.2 Cardiff Council collects approximate 750 tonnes of residential Dry Mixed recyclables (DMR) each week in green co-mingled plastic bags from the kerbside.

1.3 Cardiff Council operate our own Materials Reclamation Facility (MRF) which currently operates two shifts and has the capacity to process approximately 600 tonnes of the residential waste per week.

1.4 The Authority requires an arrangement, through a third party, for the processing, reuse/recycling and disposal of their municipal DMR waste.

1.5 The Contractor will arrange for collection and haulage of contract waste from the Waste Transfer Station (WTS) at Lamby Way site, Rumney, Cardiff, CF3 2HP and the safe and compliant transportation of the waste to their designated licensed treatment facility (ies).

1.6 The Service Provider shall be fully responsible for the waste on collection. Collection of the waste material by the Service Provider or a duly permitted third party, will be the responsibility (and at the cost of) the Service Provider. All hauliers must have a valid Waste Carriers Licence and either a valid SSIP or a completed H& S Questionnaire (Appendix 7).

1.7 It is anticipated that approximately 100 tonnes of residential waste will be available per week, however the Authority cannot guarantee that these volumes will not be reduced or be in excess of these anticipated amounts. During busy periods such as Christmas and New Year these volumes will be exceeded.

1.8 Further to 1.3, the Authority will conduct a review of the tonnage made available under the contract after the first 12 months of the contract. Prices quoted are fixed for each quarter and following this they are subject to indexation in accordance with the terms and conditions.

1.9 The transportation and treatment arrangement of the DMR materials under this contract shall be for a period of 12 months with an option of a 12 months extension. The contract is expected to commence in October 2021 with a review after each year has lapsed.

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 November 2021

End date

31 October 2022

This contract is subject to renewal

Yes

Description of renewals

12 Month extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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


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

4 October 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

Tender must be valid until: 4 January 2022

four.2.7) Conditions for opening of tenders

Date

4 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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=113708.

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:

Social Value portal added as per tender documents

(WA Ref:113708)

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