Section one: Contracting authority
one.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
Contact
Danielle Richards
Danielle.Richards@Conwy.gov.uk
Telephone
+44 1492574000
Country
United Kingdom
NUTS code
UKL13 - Conwy and Denbighshire
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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