Tender

Waste Paper and Card Haulage and Treatment

  • Wigan Council

F02: Contract notice

Notice identifier: 2021/S 000-026161

Procurement identifier (OCID): ocds-h6vhtk-02ed9e

Published 19 October 2021, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

Wigan Council

Directorate of Places: Environment, Makerfield Depot, Makerfield Way, Ince

Wigan

WN2 2PR

Contact

Mr. Peter Davies

Email

P.Davies@wigan.gov.uk

Telephone

+44 1942705129

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk

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

Waste Paper and Card Haulage and Treatment

Reference number

DN560811

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Wigan Council is seeking a suitably qualified and experienced provider to manage the haulage and treatment of kerbside collected paper and card. The contractor will be expected to collect the waste from Wigan Council's Waste Transfer Station and transfer it to its own facility for treatment. This facility must operate in accordance with applicable legislation and have the capacity to accept all of Wigan's paper/card waste daily. The contractor shall ensure the highest level of recycling is achieved, with waste sorted into marketable products that meet the standards of the paper and card recycling industry. Wigan Council collects approximately 11 000 tonnes of paper and card waste per annum. The solution will need to consider that the current contamination level is estimated at 8%. The proposed contract will be for a period of 2 years with an option to extend for 2 further periods of 2 years each.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
Main site or place of performance

Wigan, Greater Manchester, United Kingdom and other nominated sites and geographical areas related to the haulage and treatment of paper and card waste by the provider.

two.2.4) Description of the procurement

Wigan Council is seeking a suitably qualified and experienced provider to manage the haulage and treatment of kerbside collected paper and card. The contractor will be expected to collect the waste from Wigan Council's Kirkless Waste Transfer Station at Makerfield Way, Ince, Wigan and transfer it to its own facility for treatment. This facility must operate in accordance with applicable legislation and industry regulations and have the capacity to accept all Wigan's paper/card waste daily. The contractor shall ensure the highest level of recycling is achieved, with waste sorted into marketable products that meet the standards of the paper and card recycling industry. Wigan Council collects approximately 11 000 tonnes of paper and card waste per annum. The solution will need to consider that the current contamination level is estimated at 8%. The estimated contract values stated at II.1.5 and II.2.6 are for the initial 2 year period of the proposed contract, with the value representing income to be received by Wigan Council through the contract. This figure is based on an estimated annual income value of 250000 GBP. Interested applicants are directed to the Invitation to Tender documentation containing a full Specification for this service which contains detailed requirements around transportation, treatment, contract management and quality assurance, transitional arrangements for mobilisation and exit planning, and Social Value. The proposed contract will be for a period of 2 years with an option to extend for 2 further periods of 2 years each.

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: £500,000

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

The proposed contract may be extended for 2 further periods of 2 years each.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Bidders may submit a price based on the provision of Haulage and Treatment and may also submit a price for Treatment where there is an Option to tip directly into their own facility where that facility is located close to Wigan Borough. Bidders should refer to the Invitation to Tender document for further information about the pricing options and a detailed service specification.

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

In accordance with the requirements and specification detailed within the invitation to tender documentation.The relevant office/branch of the bidding organisation that would deliver the service i.e. the principal treatment site must be a registered member of a Safety Schemes in Procurement (SSIP) member body. The successful contractor must provide and maintain a transportation plan that includes the name of the company that will undertake the transportation with evidence of a Waste Carrier's Licence and Operator Licence for the named company. The contractor's facility that accepts the paper and card shall operate in line with all applicable legislation and industry regulations and the contractor shall ensure that the paper and card is recycled in accordance with industry regulations/legislation.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

In accordance with the requirements and Specification detailed within the invitation to tender documentation.The relevant office/branch of the bidding organisation that would deliver the service i.e. the principal treatment site must be a registered member of a Safety Schemes in Procurement (SSIP) member body. The successful contractor must provide and maintain a transportation plan that includes the name of the company that will undertake the transportation with evidence of a Waste Carrier's Licence and Operator Licence for the named company. The contractor's facility that accepts the paper and card shall operate in line with all applicable legislation and industry regulations and the contractor shall ensure that the paper and card is recycled in accordance with industry regulations/legislation.

three.2.2) Contract performance conditions

In accordance with the requirements and specification detailed within the invitation to tender documentation which details requirements in relation to transportation, treatment (treatment facility, waste acceptance criteria and protocol, marketing solution), contract management and quality assurance (contract management, monthly reporting and data quality, health and safety), business continuity, transitional arrangements for contract mobilisation and exit, and social value, and the terms and conditions of 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

30 November 2021

Local time

5:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 December 2021

Local time

10:00am


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.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of the standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations), etc. of the Public Contracts Regulations 2015 (as amended).