CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Peterborough: Refuse recycling services.
Section I: Contracting Authority
I.1) Name and addresses
Peterborough City Council
Town Hall, Bridge Street, Peterborough, PE1 1HQ, United Kingdom
Tel. +44 1733384592, Email: zoe.berriman@peterborough.gov.uk
Contact: Zoe Berriman
Main Address: www.peterborough.gov.uk, Address of the buyer profile:
NUTS Code: UKH11
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: ?976
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via ?976 to the abovementioned address
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: Not provided
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: Design, Build, Management and Operation of Household Recycling Centre (HRC)
Reference Number: Not provided
II.1.2) Main CPV Code:
90514000 – Refuse recycling services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Design, Build, Operation and Management of a Household Recycling Centre (HRC) including material transport.
II.1.5) Estimated total value:
Value excluding VAT: 9,295,616.35
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
90533000 – Waste-tip management services.
90514000 – Refuse recycling services.
44613800 – Containers for waste material.
90510000 – Refuse disposal and treatment.
45262700 – Building alteration work.
45000000 – Construction work.
71220000 – Architectural design services.
71221000 – Architectural services for buildings.

II.2.3) Place of performance:
UKH11 Peterborough

II.2.4) Description of procurement: Peterborough City Council (PCC) invites expressions of interest from suitably experienced organisations who can demonstrate knowledge, skill and innovation in the Design, Build, Management and Operation of a Household Recycling Centre. The new facility in Fengate will act as an improvement on and replacement for the site located currently at Dogsthorpe. As the city has grown and residents needs have changed the Dogsthorpe site has, due to its constraints, not kept pace with those needs and is limited in its ability to evolve. Also the new Fengate site is within the Councils ownership and also adjacent to other waste management activities. The Council already have a completed design and planning works for the new facility at Fengate but would like Tenderers to build upon these and submit refined design and construction proposals for the new facility as part of the tender. The successful tenderer will be required to submit application to and secure any necessary permission from Local Planning Authority for any changes proposed and implement in line with approved consent(s). Following design and construction of the new facility, ongoing Management and Operation of the Fengate site includes the provision of any containers and transportation of materials as well as a requirement to provide safe and appropriate access arrangements to allow members of the public to deposit their waste into any containers. The Council require the site to accept a wide variety of materials from householders (although trade waste is strictly prohibited).
II.2.5) Award criteria:
Criteria below
Quality criterion – Name: Quality / Weighting: 40

Cost criterion – Name: Price / Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 9,295,616.35
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 11/05/2017 / End: 31/03/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 1) Contract Extension of up to 5 years.
2) Collection of Waste Electrical and Electronic Equipment (WEEE).
3) Management of Householders Recycling Centre permits.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The Pre-Qualifying Criteria in the PQQ at Clauses 37-42 inclusive, and associated tables indicating pass or fail questions, grounds for mandatory or discretionary exclusion and scoring questions including references outline the conditions for participation.

Refer to the Invitation To Participate with Negotiation at Document A, Section 6 for details of the Tender Evaluation and Award Criteria and at Document B, Section 2 for questions/method statements to be evaluated.

The successful tenderers will be economic operators which are likely to meet the requirements set out in the documents referred to above.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Please refer to Appendix A of Document A ? ?Service Specification?, and Appendix B of Document A ? ?Terms and Conditions of Contract? for details of the services and performance conditions for this procurement.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Negotiated

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement – NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/10/2016 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/11/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
Peterborough City Council
Peterborough, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/09/2016

Annex A

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking