Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 253-466009/EN)
Nature of contract: Service contract
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Leicestershire County Council
Postal address: County Hall, Glenfield
Town: Leicester
Postal code: LE3 8RA
Country: United Kingdom
Contact Person: Mr Marcel Cerri
Telephone: +44 1163052001
Email: marcel.cerri@leics.gov.uk
Nuts code: UKF
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contract for the treatment of Dry Recyclates.
Reference number: DN230949
II.1.2) Main CPV code: 90500000
II.1.3) Type of contract: Services
II.1.4) Short Description: The objective of this procurement is to provide the Council with capacity to recycle dry recyclable waste from households and businesses collected by the 7 District Councils within Leicestershire as well as similar recyclable waste delivered by members of the public to the Recycling and Household Waste Sites (RHWS).
The Contract is being split into 8 Lots. Interested parties are able to express interest for 1, a combination of more than 1 or all Lots.
The Council reserves the right not to negotiate in this Procurement.
The Council may require guarantees, deposits, bonds or other forms of appropriate security.
The estimated contract value is 30 000 000 GBP — 40 000 000 GBP (excluding cost/income from dry mixed Recyclates), based upon current tonnage of Dry Materials consisting of paper, card, plastics, steel, aluminium cans, glass etc.
Please note it is likely that the provisions of TUPE may apply as part of this procurement.
II.1.5) Estimated total value:
Value excluding VAT: 40000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Blaby
Lot No:1
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Charnwood
Lot No:2
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Harborough
Lot No:3
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Hinckley and Bosworth
Lot No:4
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Melton
Lot No:5
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: North West Leicestershire
Lot No:6
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Oadby and Wigston
Lot No:7
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lots 1 — 7 shall be evaluated on a geographical basis which will be broadly consistent with the political boundaries of the Waste Collection Authorities within Leicestershire. Although bids will be evaluated by geographical area, suppliers may be required to accept dry recyclable waste from other geographical areas where circumstances create the need for operational deployment/business contingency.
Suppliers may also be expected to treat similar relevant materials under this Lot.
Due to a variety of collection methods used throughout the County it is expected that Suppliers should be in a position to accept both separately collected and commingled dry recyclable waste.
This may include haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Recycling and Household Waste Sites (RHWS)
Lot No:8
II.2.2) Additional CPV code(s)
90514000
II.2.3) Place of performance
Nuts code: UKF2
II.2.4) Description of the procurement:
Lot 8 covers Household Waste Recycling Centres (HWRC) known locally as Recycling Household Waste Sites (RHWS).
It is expected that bidders should be in a position to accept separately collected recyclable waste.
Suppliers may also be expected to treat similar relevant materials under this Lot. This may include provision of containers and haulage from designated sites.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 yes
II.2.11) Information about options
Options yes
Description of options: The contract will be in place for an initial period of up to 4 years, with an option to extend for a further period, or periods, up to total of 6 years, taking the maximum contract term to 10 years.
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.2.2) Contract performance conditions: Details to be provided in the ITT.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about the 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: 2017-02-15 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Leicestershire County Council (LCC) will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. Applicants/Tenderers who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant/tenderer was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:2016-12-29