Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Conwy County Borough Council
Coed Pella Offices
Colwyn Bay
LL29 7AZ
UK
Contact person: Danielle Richards
Telephone: +44 1492576002
E-mail: danielle.richards@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Bulky Waste Collection Service
Reference number: CCBC/BulkyWaste2024
II.1.2) Main CPV code
90514000
II.1.3) Type of contract
Services
II.1.4) Short description
Conwy County Borough Council (the “Council”) is procuring a service to collect bulky waste items from domestic and commercial properties within the Conwy County area. Bulky items are defined as items which can be lifted by two collection operatives without using any lifting equipment. The Council proposes to enter into contract for a period of 5 years with the option to extend for a further 2 years with the successful contractor(s) (Service Provider).
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
NUTS code:
UKL13
Main site or place of performance:
Conwy County
II.2.4) Description of the procurement
Conwy County Borough Council (the “Council”) is procuring a service to collect bulky waste items from domestic and commercial properties within the Conwy County area. The Council proposes to enter into contract for a period of 5 years with the option to extend for a further 2 years with the successful contractor(s) (Service Provider).
Bulky items are defined as items which can be lifted by two collection operatives without using any lifting equipment.
The types of items that can be booked for bulky waste collection are as follows: Furniture – sofas, chairs, tables, wardrobes. White goods – fridges, freezers, tumble dryers, washing machines. Electrical Goods – televisions, lawnmowers, computers. Beds (headboards, bed frames and mattresses are counted as separate items) Doors and Large cardboard boxes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery Plan (SDP)
/ Weighting: 40
Quality criterion: Please provide information relating to how your organisation would maximise the amount of reuse and repurposing from the bulky waste items collected as per section 3.3 of the Services Specification
/ Weighting: 15
Quality criterion: Please provide information relating to how your organisation will maximise recovery of items not fit for reuse
/ Weighting: 10
Quality criterion: Indicate the percentage of the bulky waste collected that is anticipated to be re-used and recycled over the initial five years and the subsequent optional two years of the contract.
/ Weighting: 5
Quality criterion: Please provide a Community Benefits Plan to describe how your Organisation supports the local community, employment, and businesses in your area
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see Services Specification for further Information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/05/2024
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
17/05/2024
Local time: 09:30
Place:
Electronic opening
Information about authorised persons and opening procedure:
Committees team member and authorised officer to open tenders at 9:30am on Friday 17th May 2024.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=140141.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits - please provide a Community Benefits Plan to describe how your Organisation supports the local community, employment, and businesses in your area (list all appropriate Community Benefits). This question will be scored as a quality question. Please see Service Specification and Invitation to Tender for further information.
(WA Ref:140141)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
15/04/2024