Section one: Contracting authority
one.1) Name and addresses
Bristol Waste Company
Albert Road
Bristol
BS2 0XS
Contact
Mrs Melina Woollon
Melina.Woollon@bristolwastecompany.co.uk
Telephone
+44 1173049580
Country
United Kingdom
Region code
UKK - South West (England)
Internet address(es)
Main address
http://www.bristolwastecompany.co.uk/
Buyer's address
http://www.bristolwastecompany.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=727bbf26-c292-ef11-8130-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=727bbf26-c292-ef11-8130-005056b64545
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
Tender for the Receipt, Processing and Recovery of Waste Materials (including Energy from Waste)
Reference number
DN749337
two.1.2) Main CPV code
- 90513300 - Refuse incineration services
two.1.3) Type of contract
Services
two.1.4) Short description
Bristol Waste Company is seeking to award a Contract for the Receipt, Processing and Recovery of Waste Materials (Energy from Waste) for an Initial Term of 2 years with an option for BWC to extend the Contract on one or more occasions up to a further 3 years.
The Contract is for waste collected from Bristol Waste Company from businesses across the local areas as per existing commercial contracts requirements.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
The Contract is for the receipt, processing and recovery services of waste (Energy from Waste) collected from Bristol Waste Company from businesses across the local areas as per existing commercial contracts requirements.
The Service Provider will be deemed to have made all necessary arrangements and obtained all necessary permissions and licences for the receipt, processing and recovery of waste in accordance with the Conditions of Contract. The Service Provider will be required to demonstrate that such arrangements have been made and permissions and licences have been obtained.
These are the types of waste in scope for this contract:
1. Black bag type waste from municipal sources consigned on EWC code 20
2. Shredded waste from municipal sources consigned on EWC code 19 12 10. Please note there are 2 types of waste to be coded under this code – 19 12 10 including Persistent Organic Pollutants (Pops) material and 19 12 10 not including Pops material.
3. Mechanically treated waste consigned on EWC code 19 12 12
Contract Waste Specification
a) Indicative volumes of Contract Waste for the first Contract Year are anticipated to be 16,000 tonnes. This is indicative volume and could reduce by half over the initial term or subsequent extension due to natural waste changes and / or legislative changes.
b) Three months prior to the end of any Contract Year both parties shall agree indicative volumes of Contract Waste for the following Contract Year
c) Contract Waste will either be delivered by BWC to the Delivery Site or collected by the Service Provider at the Customer’s Collection Site.
d) If the Service Provider will not be able to receive and process the Contract Waste then, the service provider will need to make all the necessary arrangements for an alternative processing service at a different location at the service provider’s cost. The service provider will need to cover any additional cost incurred by the Customer as a result of the volume being processed by another provider / in another location.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 November 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 November 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
PCR 2015
N/A
Country
United Kingdom