Section one: Contracting authority
one.1) Name and addresses
CWM Environmental Ltd
Head Office, Nantycaws Recycling Centre
Carmarthen
SA32 8BG
Telephone
+44 1267225520
Country
United Kingdom
NUTS code
UKL14 - South West Wales
Internet address(es)
Main address
http://www.cwmenvironmental.co.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA74219
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Emergency Dry Mixed Recycling Contract
Reference number
ITT Code: itt_86844
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Due to a Fire that occurred at its Dry Mixed Recycling Facility (MRF), CWM Environmental Ltd. requires an Emergency Contract Arrangement to engage (through a competitive tender process) with a recycling processor for an emergency 12 month contract, which may be extended on a 3 monthly basis thereafter, for no more than 2 extension periods (another 6 months). For the avoidance of doubt the absolute total contract period will be for no more than 18 months. The Contractor will collect Dry Mixed Recycling (DMR) from the appointed “Collection Sites” (as detailed in the specification) and process the recycling in accordance with Regulatory Authority and Legislation for recycling, in preparation for its onward treatment as deemed appropriate by the contractor.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,438,831
two.2) Description
two.2.1) Title
Nantycaws Collection Site
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKL1 - West Wales and the Valleys
Main site or place of performance
CWM Environmental Ltd.
Llanddarog RD
Nantycaws
Carmarthen
Carmarthenshire
SA32 8BG
two.2.4) Description of the procurement
Due to a Fire that occurred at its Dry Mixed Recycling Facility (MRF), CWM Environmental Ltd. requires an Emergency Contract Arrangement to engage (through a competitive tender process) with a recycling processor for an emergency 12 month contract, which may be extended on a 3 monthly basis thereafter, for no more than 2 extension periods (another 6 months). For the avoidance of doubt the absolute total contract period will be for no more than 18 months. The Contractor will collect Dry Mixed Recycling (DMR) from the appointed “Collection Sites” (as detailed in the specification) and process the recycling in accordance with Regulatory Authority and Legislation for recycling, in preparation for its onward treatment as deemed appropriate by the contractor.
two.2.5) Award criteria
Quality criterion - Name: Operational Process / Weighting: 8%
Quality criterion - Name: Business Continuity / Weighting: 8%
Quality criterion - Name: Recycle Rate / Weighting: 8%
Quality criterion - Name: MRF Maintenance & Monitoring / Weighting: 4%
Quality criterion - Name: Community Benefits / Weighting: 2%
Price - Weighting: 70%
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
Trostre Collection Site
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
Main site or place of performance
CWM Environmental Ltd.
Trostre Industrial Estate
Llanelli
Carmarthenshire
SA14 9UU
two.2.4) Description of the procurement
Due to a Fire that occurred at its Dry Mixed Recycling Facility (MRF), CWM Environmental Ltd. requires an Emergency Contract Arrangement to engage (through a competitive tender process) with a recycling processor for an emergency 12 month contract, which may be extended on a 3 monthly basis thereafter, for no more than 2 extension periods (another 6 months). For the avoidance of doubt the absolute total contract period will be for no more than 18 months. The Contractor will collect Dry Mixed Recycling (DMR) from the appointed “Collection Sites” (as detailed in the specification) and process the recycling in accordance with Regulatory Authority and Legislation for recycling, in preparation for its onward treatment as deemed appropriate by the contractor.
two.2.5) Award criteria
Quality criterion - Name: Operational Process / Weighting: 8%
Quality criterion - Name: Business Continuity / Weighting: 8%
Quality criterion - Name: Recycle Rate / Weighting: 8%
Quality criterion - Name: MRF Maintenance & Monitoring / Weighting: 4%
Quality criterion - Name: Community Benefits / Weighting: 2%
Price - Weighting: 70%
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
Wern Ddu Collection Site
Lot No
3
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
Main site or place of performance
CWM Environmental Ltd.
Trapp Road
Wern Ddu
Ammanford
Carmarthenshire
SA18 2UR
two.2.4) Description of the procurement
Due to a Fire that occurred at its Dry Mixed Recycling Facility (MRF), CWM Environmental Ltd. requires an Emergency Contract Arrangement to engage (through a competitive tender process) with a recycling processor for an emergency 12 month contract, which may be extended on a 3 monthly basis thereafter, for no more than 2 extension periods (another 6 months). For the avoidance of doubt the absolute total contract period will be for no more than 18 months. The Contractor will collect Dry Mixed Recycling (DMR) from the appointed “Collection Sites” (as detailed in the specification) and process the recycling in accordance with Regulatory Authority and Legislation for recycling, in preparation for its onward treatment as deemed appropriate by the contractor.
two.2.5) Award criteria
Quality criterion - Name: Operational Process / Weighting: 8%
Quality criterion - Name: Business Continuity / Weighting: 8%
Quality criterion - Name: Recycle Rate / Weighting: 8%
Quality criterion - Name: MRF Maintenance & Monitoring / Weighting: 4%
Quality criterion - Name: Community Benefits / Weighting: 2%
Price - Weighting: 70%
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-013383
Section five. Award of contract
Lot No
1
Title
Nantycaws Collection Site
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 September 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Potters Waste Management
Henfaes Lane
Welshpool
SY217BE
Telephone
+44 01938552396
Country
United Kingdom
NUTS code
- UKL24 - Powys
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £806,000
Section five. Award of contract
Lot No
2
Title
Trostre Collection Site
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 November 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Regen Waste Limited
Regen Waste Ltd, 7 Shepherds Drive, Carnbane Indu
NEWRY
BT356JQ
Telephone
+44 2830265432
Country
United Kingdom
NUTS code
- UKN08 - Newry, Mourne and Down
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,021,553
Section five. Award of contract
Lot No
3
Title
Wern Ddu Collection Site
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 November 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Regen Waste Limited
Regen Waste Ltd, 7 Shepherds Drive, Carnbane Indu
NEWRY
BT356JQ
Telephone
+44 2830265432
Country
United Kingdom
NUTS code
- UKN08 - Newry, Mourne and Down
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £611,278
Section six. Complementary information
six.3) Additional information
To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_46950. The following ITT Project codes may further assist you in locating the opportunity: Iitt_86844.
As this is an Open procedure, Tenderers must ensure that all ITT questions are fully responded to.
Please also ensure you check the Attachments area for any documents/ information which may assist you with your submission or for those you are required to upload as part of your submission (as per information contained within the tender pack).
Suppliers Instructions How to express interest in this Tender:
1. Register your company on the etenderwales portal (this is only required once)
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the "Suppliers register here" link
- Enter your correct business and user details
- Note the username you chose and click "Save" when complete
- You will shortly receive an email with your unique password (please keep this secure)
- Agree to the terms and conditions and click "continue"
2. Express an Interest in the Project
- Login to the portal with the username/password
- Click the "ITTs Open to All Suppliers" link. (These are Invitation to Tender Documents open to any registered supplier)
- Click on the relevant ITT to access the content.
- Click the "Express Interest" button at the top of the screen
- This will move the ITT into your "My ITTs" page. (This is a secure area reserved for your projects only)
- Click on the ITT code, you can now access any attachments by clicking the ''''Buyer Attachments" on the left hand side of the screen
3. Responding to the tender
- At the top of the screen you can choose to Create Response or Decline to Respond (please give a reason if declining)
- You can now use the Messages function on to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the ITT
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on:
- email: help@bravosolution.co.uk
- Phone: 0800 368 4850/ Fax: 020 7080 0480
(WA Ref:115713)
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