Tender

Provision of a delivery point and treatment service for street sweepings

  • Conwy County Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-023945

Procurement identifier (OCID): ocds-h6vhtk-02e4f9

Published 27 September 2021, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Conwy County Borough Council

Bodlondeb, Bangor Road

Conwy

LL32 8DU

Contact

Danielle Richards

Email

Danielle.Richards@Conwy.gov.uk

Telephone

+44 1492574000

Country

United Kingdom

NUTS code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

http://www.conwy.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

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

Provision of a delivery point and treatment service for street sweepings

Reference number

CCBC Street Sweepings Treatment 2021

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Conwy County Borough Council (the “Council”) is procuring a service to recycle and treat street sweepings and gully waste collected by mechanical sweepers and gully tankers within the Conwy County area.

The overall recycling and treatment requirement is anticipated to be around 2,800 tonnes of street sweepings and gully waste per annum (but no guaranteed minimum tonnage will apply).

The Council proposes to enter into contract for a period of 2 years with the option to extend for a further 12 months.

two.1.5) Estimated total value

Value excluding VAT: £360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 77120000 - Composting services

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
Main site or place of performance

Conwy County, North Wales

two.2.4) Description of the procurement

Conwy County Borough Council (the “Council”) is procuring a service to recycle and treat street sweepings and gully waste collected by mechanical sweepers and gully tankers within the Conwy County area.

The overall recycling and treatment requirement is anticipated to be around 2,800 tonnes of street sweepings and gully waste per annum (but no guaranteed minimum tonnage will apply).

Tenderers should note that the quantities are indicative only. Actual waste inputs are dependent upon seasonal fluctuations and weather patterns that will effect street sweeping frequency. *

The Council proposes to enter into contract for a period of 2 years with the option to extend for a further 12 months with the successful contractor.

The anticipated contract commencement date is 01/12/2021.

Street sweepings and gully waste collected from across the Conwy County area is collected by a fleet of authority sweepers and is tipped at the Council’s Materials Recycling Facility (MRF) at Bron y Nant Road, Mochdre. The material is then drained on site to reduce the overall water content in the material before it is transferred to the treatment facility.

The waste is then loaded into 40 cubic yard skips each containing an average of 13 tonnes per skip, for onward transfer to the treatment facility.

The Council is responsible for haulage transfer of the material to and from the treatment facility.

The contractor will provide a service for the acceptance, processing, recycling, treatment and disposal of street sweeping waste and gully waste at a suitably licensed and permitted waste treatment facility.

The method of treatment and disposal for waste is not prescribed and could involve various treatment methods such as mechanical separation, screening, silt treatment, Energy From Waste (EFW) incineration, anaerobic digestion, aerobic / In-vessel composting etc.. This is not an exhaustive list of treatment options.

The contractor will be responsible for arranging outlets for the reuse, reprocessing, treatment or disposal of all material fractions arising from the waste, including any potential onward haulage costs.

Currently all street sweepings and gully emptying’s collected by County Councils have the non-hazardous waste code: 20 03 03.

The treatment service provided by the contractor must be compliant with the latest Natural Resources Wales guidance relating to the recovery of Street Sweepings and Gully Waste. This information can be found via the following link: http://www.wastedataflow.org/documents/guidancenotes/Wales/OtherGuidanceNotes/LAS_streetsweeping_FAQ_FINAL_English.pdf

The duties to maximise recycling and to minimise landfill tonnages are fundamental to this contract. The minimum amount of reuse, recycling or composting of contract waste required by the Council, based on past performance, is >85% over a calendar year.

two.2.5) Award criteria

Quality criterion - Name: Preferred treatment process/s undertaken / Weighting: 10%

Quality criterion - Name: Contingency arrangements / Weighting: 5%

Quality criterion - Name: Previous experience in the treatment of Street Sweepings / Weighting: 5%

Quality criterion - Name: Environmental Permits / Weighting: PASS/FAIL

Quality criterion - Name: Technically Competent Management / Weighting: PASS/FAIL

Price - Weighting: 80

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

+ 12 Months

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

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

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

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

29 October 2021

Local time

4:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

1 November 2021

Local time

12:00pm

Place

Conwy County Borough Council, Environment, Roads & Facilities, Mochdre Offices, Colwyn Bay

Information about authorised persons and opening procedure

Tenders opened by Committees & CCBC authorised Officer

Authorised persons to open post-box: committees@conwy.gov.uk

erf.tenders@conwy.gov.uk


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Approximately 3 months prior to contract end date.

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=114241.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

COMMUNITY BENEFITS

Procurement is viewed as a key driver for delivering the Council’s sustainable development commitments. The organisation’s commitment to deliver ‘community benefit’ outcomes from our procurement activity is designed to ensure that wider social, environmental and economic issues are taken into account when spending public money.

At award of contract, the successful contractors will be expected to work with the category officer to maximise the community benefits delivered through this contract. This will include:-

Training and Employment opportunities

Consider the opportunities to offer employment and / or training opportunities as part of the contract which could include the recruitment and training of long term economically inactive persons as part of the workforce delivering this contract.

Consider the ability to maintain and/or retrain current employees as a result of winning the contract.

Value Added Services

The successful Contractors will also be encouraged to secure other value-added, positive outcomes that would benefit the community they operate within, for example:-

-Work with local colleges - work experience/work placements

-Contribute to community regeneration schemes

Please note, the examples given are not an exhaustive list and the Council welcomes additional solutions which support the ethos of community benefits.

As part of your tender, you are asked to submit a Community Benefits Plan/Proposal, setting out how you will deliver ‘community benefits’ through the contract. Although the Community Benefits Plan/Proposal will not be evaluated or scored as part of the tender process, there will be an expectation that any proposal put forward by Contractors is fulfilled. The method of delivery will be agreed with the PM/CO on award and progress on this element of the contract will be monitored.

(WA Ref:114241)

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

Telephone

+44 2079477501

Country

United Kingdom