Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Processing of Recyclable Material at a Material Recovery Facility

  • First published: 27 November 2014
  • Last modified: 30 March 2015

Contents

Summary

OCID:
ocds-kuma6s-019234
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
27 November 2014
Deadline date:
29 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Caerphilly County Borough Council wishes to appoint a suitably qualified and experienced contractor for a period of two years with options to extend for up to an additional four years (on a year by year basis) to sort Authority materials for recycling, at a licensed MRF(s) facility(s). The Authority collects an estimated 15,000 to 20,000 tonnes of co-mingled materials per annum but this could change in subsequent years. The contractor will need to account for haulage within this contract. The Authority is looking to contract with a service provider who will be responsible for the combined collection and sorting of the materials. The Authority will allow sub-contracting under this arrangement by prior agreement with the Authority. CPV: 90514000, 90500000, 90513000, 90510000, 90511000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Procurement Services

Chris Davidge

+44 1443863063

davidc1@caerphilly.gov.uk

+44 1443863167

www.caerphilly.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272

https://www.proactisplaza.com

https://www.proactisplaza.com
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Processing of Recyclable Material at a Material Recovery Facility

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

16

II.1.2)

Main site or location of works, place of delivery or performance

Full Moon Waste Transfer Station, Crosskeys, Caerphilly



UKL16

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Caerphilly County Borough Council wishes to appoint a suitably qualified and experienced contractor for a period of two years with options to extend for up to an additional four years (on a year by year basis) to sort Authority materials for recycling, at a licensed MRF(s) facility(s). The Authority collects an estimated 15,000 to 20,000 tonnes of co-mingled materials per annum but this could change in subsequent years. The contractor will need to account for haulage within this contract. The Authority is looking to contract with a service provider who will be responsible for the combined collection and sorting of the materials. The Authority will allow sub-contracting under this arrangement by prior agreement with the Authority.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=19234.

II.1.6)

Common Procurement Vocabulary (CPV)

90514000
90500000
90513000
90510000
90511000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Authority will require capacity to treat materials of approximately 15,000 to 20,000 tonnes in order to service this contract.

II.2.2)

Options

The Authority has built the follwing contract term extension option into the contract for up to an additional four years (on a year by year basis) to sort Authority materials for recycling, at a licensed MRF(s) facility(s).

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 01-04-2015 31-03-2017

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Delivery Payment. This is payment for accepted supplies or services (including partial deliveries).

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

The Contractor(s) is responsible for all issues pertaining to Waste Management Licensing, Waste Carriers Licensing, Duty of Care and Consignment Notices.

Note that the local Authority will not accept a contractor that cannot meet our “minimum” requirements as identified in the Invitation to Tender document and/or achieve our 85% recycling requirement.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

Caerphilly County Borough Council accepts no less than a minimum £5,000,000.00 cover for Employers Liability and Public Liability Insurance. Candidate will need provide copies of Employers & Public Liability Insurance Certificates.

III.2.2)

Economic and financial capacity





III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(3) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

Candidate to provide letters of support for the Contingency Points and Provide a Contingency Plan Method Statement.

Candidate to provide evidence of the performance of the identified MRF Facility(s) that will be utilised under this contract. The Authority requires at least 85% recycling per load with an overall recycling achievement of between 85% per month of the materials delivered to the Contractor’s facility to be recovered, baled and transported to the relevant reprocessors for recycling in accordance with Welsh Government policies/ definitions with the addition of recycled IBA (over and above the 85% MRF recycling). Candidate to provide confirmation that the identified MRF Facility(s) for this contract can achieve the required 85% recycling rate requirements as identified in the specification.

Candidate to indicate products and the percentage of materials inputs that will be processed closed loop (i.e. they are turned back into the same product) in order to achieve the required 85% recycling rate. All materials including non recyclables (residues) must satisfy the requirements of Q100 (Waste Data Flow) and comply with relevant quality protocols as per the end of waste criteria.

Candidate to demonstrate and confirm your ability to comply with the WRAP Sampling and Testing Guidance for Material Facilities April 2014 (Code of Practice) including sampling regime (Refer to Appendix 8).

Candidate to provide roles and responsibilities for communication between parties, including contact details of key personnel involved including the CoTC holder. The Contractor(s) will be required to have a person in place at each facility(s) and WTS that is technically competent and he/she holds a relevant Certificate of Technical Competence (CoTC) awarded by the Waste Management Industry Training and Advisory Board (WAM ITAB).

Candidate to provide Ministry of Transport Test Certificates for the Vehicles that will be used in the Haulage of the MRF Material. These can be provided by a sub contractor as part of your submitted bid submission.

Candidate to provide Health and Safety Information to include Method Statements and Risk Assessments associated with the operations as described in this contract.



The Authority acknowledge that tenderers may have in the past been served with enforcement/ improvement notices from the Environment Agency, Natural Resources Wales or other legislative governing bodies. The Authority has included this question to ensure that tenderers are operating in secure compliance within permitting conditions with aim to deter future non-compliance.

Tenderers are therefore requested to provide details of such enforcement/ improvement notices that have occurred in the past 5 years. Please state the description of the incident(s) the compliance timescale for the incident(s) to be remedied by and the date that the incident was remedied. If this question does apply, your tender response will only be deemed compliant if the enforcement/ improvement notices that has been served has been complied with and that the remedial steps have been taken within the specified time-limit.

If you have not been served with any enforcement notices please respond on the e-tender system by stating “ not applicable to this question”.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

Yes


No

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CCBC/PS1320/14/CD

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Checked box
2014/S 113-199214 14-06-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 22-01-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-01-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

6 

IV.3.8)

Conditions for opening tenders



 22-01-2015  12:00
Caerphilly County Borough Council, Penallta House,Tredomen, Ystrad Mynach, CF82 7PG

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


This contract will be for a period up to 30 March 2017. The Authority does however have an option for the Authority to extend the arrangement for a further period of up to forty eight (48) months at yearly intervals following this date.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system. Therefore, bidders

are invited to follow the following directions to register on the system:

1 Log in to the Proactis Plaza E-Sourcing Portal at

https://www.proactisplaza.com

2 Click the "Register Now" button at the bottom of the window

3 Enter your correct Organisation Name, Details and Primary Contact

Details. The system will auto generate the Organisation ID and User Name for you.

4 Please make a note of the Organisation ID and User Name, then click "Register".

5 You will then receive an email from the system asking you to "Click here to activate your account". This takes you to Enter Organisation Details.

6 Please enter the information requested, click "Next" and follow the instructions ensuring that you enter all applicable details.

7 In the Enter Product Classification screen please ensure that you

select the Product Classification Codes (CPV Codes) that appear in the

tender notice.

8 Accept the Terms and Conditions and then click "Next". This takes

you in to the Welcome window.

9 In the "Welcome" window please enter your Organisation name,

Organisation ID and User Name (User ID). You now need to create your

unique password. Please ensure that you make a note of this along with

the other information already recorded.

10 Now click "Done" and you will enter the Supplier Home page.

11 From the Home Page, go to the “Opportunities” area, then search

for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button.

Click the "Requests from Buyers" command in the Opportunities area. This will take you to the list of current opportunities available to you.

12 Click the Project ID that relates to this notice, this will take you into the Tender Request.

13 Note the closing date for completion of the relevant project. Please review the "Items" tab and the Documents tab as there will be

information relating to the project held here.

14 You can now either "Create a Response" to, or "Decline" this

opportunity.

(WA Ref:19234)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-11-2014

Coding

Commodity categories

ID Title Parent category
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
27 November 2014
Deadline date:
29 March 2015 00:00
Notice type:
Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
03 April 2015
Notice type:
Additional Information
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
davidc1@caerphilly.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
30/03/2015 09:43
Notice Cancelled
This notice has been cancelled. The original deadline date of 22/01/2015 is no longer applicable.

The tender submission received for this service requirement have not met the Authority compliance requirements that were set out within the Invitation to Tender Documentation. The Authority will therefore re advertise this contract requirement to the marketplace within the next twelve months and a new OJEU contract notice will be issued.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.