Section one: Contracting authority
one.1) Name and addresses
South Gloucestershire Council
Badminton Road,
Yate
BS37 5AF
Contact
Mr David Wigram
Telephone
+44 1454863978
Country
United Kingdom
Region code
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Internet address(es)
Main address
Buyer's address
one.3) Communication
Additional information can be obtained from the above-mentioned address
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 Collection Services South Gloucestershire Council
Reference number
DN691793
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
This Notice is to inform Waste Service Operators that South Gloucestershire Council wishes to procure a new Waste Collection Service Contract and will issue tender documents through the Procontract Portal on Monday 16 October 2023. The procurement will be conducted using the Competitive Procedure with Negotiation (CPN) process, as defined by the Public Contract Regulations 2015, which will be evaluated at Tier 1 level on a 60% quality, 40% cost/commercial split.
The Council's current contract for waste collection and disposal services expires in July 2025 and the new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments.
The Council requires collection waste services for up to c.100,000 tonnes per annum of municipal and other wastes within the Council’s administrative area, including refuse (household), recycling, food, and garden (green) waste.
The estimated value of this opportunity is circa £15,000 000.00 per annum, plus VAT.
The contract will be for the provision of Waste Collection Services, as described in the Services Specification and summarised below:
Collection Services;
*Operation and maintenance of the Contractor Assigned Premises for the purpose of the Services;
*Transport of all Contract Waste to Nominated Delivery Points provided by the Authority;
*Provision and management of a Management Information System (MIS) including monitoring and reporting of Service performance information at agreed intervals;
*Timely and accurate monitoring and reporting of Performance Standard Failures and Performance Deductions in accordance with a Performance Management Framework; and
*Provision of all other Services in the Services Specification, including any Variations agreed during the Services Period.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
two.2.4) Description of the procurement
The Authority’s process for the Procurement is expected to be as follows:
Stage 1: Publication of Contract Notice on Monday 16 October with concurrent release of Standard Questionnaire (SQ), Invitation to Submit Initial Tender (ISIT) and associated Tender Documents;
Stage 2: Evaluation of SQ Responses to shortlist up to five (5) Tenderers that will be invited to submit their Initial Tenders;
Stage 3: Evaluation of Initial Tenders to shortlist Tenderers to participate in Negotiation. The evaluation of Initial Tenders will comprise a compliance check to ensure that Initial Tenders are complete, an evaluation of the quality of submitted Method Statements, and a price assessment, to ensure that each Tenderer has achieved minimum scoring thresholds.
Stage 4: Negotiation. The Authority will issue an Invitation to Negotiate (ITN) to the Tenderers identified in Stage 3 and engage in Negotiation until it is satisfied that it has agreed solutions which are capable of meeting its needs. At this point, the Authority will notify the Tenderers of closure of Negotiation and issue an Invitation to Submit Final Tenders (ISFT); and
Stage 5: Evaluation of Final Tenders, Preferred Bidder Stage and Award of Contract. The Authority will evaluate the Final Tenders in accordance with the ISFT document and will award the Contract to the highest-ranking Tenderer.
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal
Yes
Description of renewals
This will be an eight (8) year contract with the option for two extensions of four (4) years.
(i.e. 8+4+4=16 years total)
two.3) Estimated date of publication of contract notice
16 October 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes