Tender

Waste management contract for the haulage and treatment of organic waste

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-032289

Procurement identifier (OCID): ocds-h6vhtk-030598

Published 24 December 2021, 9:06am



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Contact

Yvette Everitt

Email

procurement@barnsley.gov.uk

Telephone

+44 01226770770

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=41885&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=41885&B=UK

Tenders or requests to participate must be submitted to 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 management contract for the haulage and treatment of organic waste

Reference number

48250ET

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Barnsley Metropolitan Borough Council is looking to establish a contract for the haulage and treatment of it’s organic waste from April 2022. This waste is collected from 114,000 domestic households at the kerbside during March-November and also collected from our four Household Waste Recycling Centres. We offer no minimum tonnage however we estimate our average is c.16000 tonnes, 14000 tonnes from households and 2000 from HWRCs. The organic waste will be tipped at a waste transfer station within Barnsley and Bulked ready to be hauled to the contractors site.

The initial contract period is for 4 years with a further option to extend by two 1 year terms. This contract is on behalf of BMBC in the first instance but will also be available to Doncaster and Rotherham councils.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley

two.2.4) Description of the procurement

Barnsley Metropolitan Borough Council is looking to establish a contract for the haulage and treatment of it’s organic waste from April 2022. This waste is collected from 114,000 domestic households at the kerbside during March-November and also collected from our four Household Waste Recycling Centres. We offer no minimum tonnage however we estimate our average is c.16000 tonnes: 14000 tonnes from households and 2000 from HWRCs. The organic waste will be tipped at a waste transfer station within Barnsley and Bulked ready to be hauled to the contractors site.

The initial contract period is for 4 years with a further option to extend by two 1 year terms.

This contract is on behalf of BMBC in the first instance but will also be available to Doncaster and Rotherham councils.

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: £2,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2022

End date

5 April 2026

This contract is subject to renewal

Yes

Description of renewals

Option to extend by 1 + 1 years (up to 2028)

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

two.2.14) Additional information

This contract will be initially for Barnsley Metropolitan Borough Council, but will also available for use by Doncaster Metropolitan Borough Council and Rotherham Borough Council as part of the BDR partnership.


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

As per procurement documents

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.2.2) Contract performance conditions

As per procurement documents


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

27 January 2022

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 January 2022

Local time

2:00pm

Place

Finance Department, BMBC

Information about authorised persons and opening procedure

Authorised representative from the Strategic Procurement department.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3-5 years

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

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom