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
Telephone
+44 1942705129
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
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).