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

Collection and Treatment of Wood Waste for Newport City Council

  • First published: 11 April 2014
  • Last modified: 11 April 2014

Contents

Summary

OCID:
ocds-kuma6s-009044
Published by:
Newport City Council
Authority ID:
AA0273
Publication date:
11 April 2014
Deadline date:
23 May 2014
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Newport City Council is seeking a suitable contractor for the provision of services for collection, transportation and treatment of civic amenity wood waste. The aim of this contract is to achieve maximum levels of recovery and recycling, and diversion from landfill, of the wood waste in accordance with the waste hierarchy and Welsh Government Wales Waste Measure. CPV: 03416000, 90500000, 90514000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Newport City Council

Civic Centre,

Newport

NP20 4UR

UK

Waste Management

Carl Touhig

+44 1633656656

carl.touhig@newport.gov.uk


www.newport.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0273
Unchecked box
Checked box
Checked box
Unchecked box
Unchecked box
Checked 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

Collection and Treatment of Wood Waste for Newport City Council

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

Newport, South Wales



UK

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)

Newport City Council is seeking a suitable contractor for the provision of services for collection, transportation and treatment of civic amenity wood waste.

The aim of this contract is to achieve maximum levels of recovery and recycling, and diversion from landfill, of the wood waste in accordance with the waste hierarchy and Welsh Government Wales Waste Measure.

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=9044.

II.1.6)

Common Procurement Vocabulary (CPV)

03416000
90500000
90514000

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

Contract period of two years, with the option to extend for a further period of one year. Current volume of wood waste is approx 2000 tonnes per annum.

II.2.2)

Options

Initial Contract period 1st July 2014 to 30th June 2016 with an option to extend for a further period of one year.

Provisional timetable for recourse to these options

12

Number of possible renewals

1

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

 01-07-2014 30-06-2016

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Public and employers liability insurance as detailed in tender document

III.1.2)

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

Monthly invoice submitted by contractor

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

contracted supplier

III.1.4)

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

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 social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) 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.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

A Creditsafe assessment will be undertaken on all tenderers. Tenderers must achieve a Creditsafe score of 30 or above to pass the financial assessment




III.2.3)

Technical capacity


(1) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(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.

Ensure the transport company are at all times Registered Waste Carriers and comply with the waste Duty of Care, as Environmental Protection Act 1990.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

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

No


Yes

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

NCC-2014-0009

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 23-05-2014  16:00

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 

4 

IV.3.8)

Conditions for opening tenders



 27-05-2014  12:00
Newport City Council

Section VI: Other Information

VI.1)

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


VI.2)

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

No



VI.3)

Additional Information

(WA Ref:9044)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Centre for Effective Dispute Resolution, International Dispute Resolution Centre (“CEDR”)

70 Fleet Street

London

EC4Y 1EU

UK




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

 11-04-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Newport City Council

Civic Centre

Newport

NP20 4UR

UK

Richard Ryan

+44 1633656656

richard.ryan@newport.gov.uk

www.newport.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Newport City Council

Civic Centre

Newport

NP20 4UR

UK

Head of Law and Standards

+44 1633656656


www.newport.gov.uk

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90514000 Refuse recycling services Refuse disposal and treatment
03416000 Wood waste Wood

Delivery locations

ID Description
1021 Monmouthshire and Newport

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:
11 April 2014
Deadline date:
23 May 2014 00:00
Notice type:
Contract Notice
Authority name:
Newport City Council
Publication date:
08 July 2014
Notice type:
Contract Award Notice
Authority name:
Newport City Council

About the buyer

Main contact:
carl.touhig@newport.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx89.40 KB
This file may not be accessible.
doc
doc924.00 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.