Section one: Contracting authority
one.1) Name and addresses
Chesterfield Borough Council
Town Hall, Rose Hill
Chesterfield
S40 1LP
Contact
Mr Chris Rouse
christopher.rouse@chesterfield.gov.uk
Telephone
+44 7930696506
Country
United Kingdom
Region code
UKF12 - East Derbyshire
Internet address(es)
Main address
https://www.chesterfield.gov.uk
Buyer's address
https://www.chesterfield.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=1ef239db-0a49-ef11-812d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=1ef239db-0a49-ef11-812d-005056b64545
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
The Provision of Housing & Property Services Waste Management
Reference number
DN734354
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement will establish Contracts for the provision of on-site waste storage, collection and drop-off ‘tipping’ service for waste produced in the course of daily duties by staff operating out of the Council’s main housing services depot within Chesterfield, Derbyshire, UK. The requirement is split into 4 lots.
two.1.5) Estimated total value
Value excluding VAT: £967,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Asbestos
Lot No
1
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Estimated value of this lot: £26,000 per year.
• To provide a lockable 12-yard asbestos skip or equivalent container.
• To be collected and replaced with an empty container every 3 months in accordance with the Council’s asbestos policy. The exact schedule for this will be confirmed at the start of the Contract and will be based on the date of the first skip delivery.
• To be collected within 7 days of notification that the skip/container requires collection.
• Asbestos to be managed, transported and disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £104,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 1-year optional extensions subject to business need and supplier performance
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
two.2) Description
two.2.1) Title
Hazardous Waste
Lot No
2
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
- UK - United Kingdom
two.2.4) Description of the procurement
Estimated value of this lot: £5,000 per year.
• Waste skip or equivalent container to hold WEEE waste.
• To be collected and replaced with an empty container when requested, anticipated to be around 4 times per year.
• IBC or equivalent container to hold florescent tubes and sodium bulbs (5-inch tubes and 2 drums for 2d and sodium bulbs). Drums must have a lid.
• To be collected and replaced with an empty container when requested, anticipated to be around twice per year.
• IBC or equivalent container to hold empty paint tins.
• To be collected and replaced with an empty container when requested, anticipated to be around twice per year.
• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.
• All to be collected within 7 days of notification that the skip/container requires collection.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 1-year optional extensions subject to business need and supplier performance
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
two.2) Description
two.2.1) Title
Active Waste
Lot No
3
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
- UK - United Kingdom
two.2.4) Description of the procurement
Estimated value of this lot: £22,750 per year.
On-site – Stonegravels Depot:
• Skip to hold mixed construction waste.
• To be collected and replaced with an empty skip twice per week on Tuesdays and Fridays (unless alternative days are confirmed by mutual agreement) or if We advise that collection is not required on a particular day due to business need.
• We will not be disposing of POPs (sofas/beds/mattresses/upholstered furniture), light bulbs, chemicals, asbestos, TVs/monitors, electrical items, or gas cylinders in this skip.
• To give an indication of frequency of collection, 96 skips were collected in 2022-23.
• 12-yard skip to hold cardboard waste. To be collected approximately once a week but this may need to be amended to twice a week dependant on business need.
• To be collected and replaced with an empty skip once a week. This may be revised to twice a week from time to time or on a permanent basis dependant on business need.
• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.
On-site – other borough locations:
• Skips to hold mixed construction waste.
• 8, 10, and 14 yard skips to be made available.
• To be delivered to and collected from locations within the borough as and when required to accommodate building waste from Council activities (for example, renovation works to tenanted Council dwellings).
• Highways permits to be provided where required.
• To give an indication of frequency of collection, 18 large skips were required in 2022-23. This may fluctuate in future years dependant on business need, and no guarantee of the number of skips to be ordered is given.
• Waste to be disposed of in accordance with all relevant legislation and with valid carriers’ licences in place.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £91,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 1-year optional extensions subject to business need and supplier performance
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
two.2) Description
two.2.1) Title
Tipped Waste
Lot No
4
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
- UK - United Kingdom
two.2.4) Description of the procurement
Estimated value of this lot: £188,000 per year.
• Council employees will arrive in suitable tipper vehicles to tip waste of the types described in the table above (see ‘background to our requirements’).
• The drop-off tip site (i.e. Your location) needs to be within 5 miles drive distance of the Council’s Stonegravels depot at Old Brick Works Lane, S41 7JD. For the avoidance of doubt, Google Maps (without ‘traffic’) will be used for calculating drive distance and the Council’s decision as to this distance will be final.
• Vehicles should be weighed on entry and exit at the tipping site to calculate the weight of waste material ‘dropped off’.
• Digital photos are to be taken of all tipped waste to provide evidence (if required) of the tipped material for each drop off.
• Waste needs to be able to be tipped (i.e. by raising the truck bed to facilitate the removal of waste from the vehicle) and no manual ‘by hand’ unloading will be permitted.
• No minimum weight of loads is to be stipulated and all load weights should be accepted irrespective of the total weight.
• Access to the tipping site is required during working days (Monday to Friday) from 8am to 4pm. There is no requirement for access at weekends or on bank holidays. If access cannot be maintained (such as in unforeseen circumstances), the Council’s representative should be contacted at the earliest opportunity to discuss the likely length of closure and any contingency to be put in place in the meantime.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £752,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 1-year optional extensions subject to business need and supplier performance
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
Waste carriers licence
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
Country
United Kingdom