Tender

The Provision of Housing & Property Services Waste Management

  • Chesterfield Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-022920

Procurement identifier (OCID): ocds-h6vhtk-0483dc

Published 23 July 2024, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

Chesterfield Borough Council

Town Hall, Rose Hill

Chesterfield

S40 1LP

Contact

Mr Chris Rouse

Email

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