Tender

Waste Management Contract for the Haulage & Treatment of Organic Waste 2023

  • Barnsley Metropolitan Borough Council
  • Doncaster Metropolitan Borough Council
  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-033810

Procurement identifier (OCID): ocds-h6vhtk-038934

Published 29 November 2022, 3:07pm



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Email

Procurement@barnsley.gov.uk

Country

United Kingdom

Region 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.1) Name and addresses

Doncaster Metropolitan Borough Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Email

procurement@barnsley.gov.uk

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.doncaster.gov.uk

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Email

procurement@barnsley.go.uk

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.rotherham.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

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=56424&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=56424&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 & Treatment of Organic Waste 2023

Reference number

DN62508

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 2023. 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: £10,000,000

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, Rotherham & Doncaster

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 2023. 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

Quality criterion - Name: Quality / Weighting: 25%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

4 year contract term plus option to extend for a further 1 + 1 years (up to March 2029)

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 opportunity replaces the previous contract (ref 48250)

This contract will be initially for BMBC but will also available for use by Doncaster MBC and Rotherham MBC as part of the BDR partnership.

The estimated contract value for BMBC is £2,5m over the contract term. Estimated contract values for DMBC & RMBC are similar, should they choose to participate.


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 tender 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 tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the 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

9 January 2023

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

9 January 2023

Local time

12:00pm

Place

BMBC Finance Department

Information about authorised persons and opening procedure

Authorised representatives from BMBC Finance Department


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) 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.

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