Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Telephone
+44 796793197
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
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