Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 1

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-040c4c
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodCompetitive procedure with negotiation
Value-
More Tenders »

South West

Category Services

Type

No. of Lots 1

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-040c4c
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodCompetitive procedure with negotiation
Value-

Section I: Contracting authority

I.1) Name and addresses

South Gloucestershire Council

Broad Lane, Engine Common Lane

Yate

BS37 7PN

Contact

Mr David Wigram

Email

david.wigram [at] southglos.gov.uk

Telephone

+44 1454863978

Country

United Kingdom

NUTS code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

https://www.southglos.gov.uk

Buyer's address

https://www.southglos.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

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

Waste Collection Services - South Gloucestershire Council

Reference number

DN691793

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

The Council's current contract for waste collection and disposal services expires in July 2025 and the new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments.

The Council requires collection waste services for up to c.100,000 tonnes per annum of municipal and other wastes within the Council’s administrative area, including refuse (household), recycling, food, and garden (green) waste.

The estimated value of this opportunity is circa £15,000,000.00 per annum, plus VAT.

The contract will be for the provision of Waste Collection Services, as described in the Services Specification, including collection of a range of materials and delivery to Nominated Delivery Points specified by the Authority.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

II.2.4) Description of the procurement

The Authority’s process for the Procurement is expected to be as follows:

Stage 1: Publication of Contract Notice on Monday 16 October 2023 with concurrent release of Selection Questionnaire (SQ), Invitation to Submit Initial Tender (ISIT) and associated Tender Documents;

Stage 2: Evaluation of SQ Responses - it is anticipated that up to five (5) Tenderers will be shortlisted to submit Initial Tenders;

Stage 3: Evaluation of Initial Tenders to shortlist Tenderers to participate in Negotiation. The evaluation of Initial Tenders will comprise a compliance check to ensure that Initial Tenders are complete, an evaluation of the quality of submitted Method Statements, and a Price Assessment, to ensure that each Tenderer has achieved minimum scoring thresholds.

Stage 4: Negotiation. The Authority will issue an Invitation to Negotiate (ITN) to the Tenderers identified in Stage 3 and engage in Negotiation until it is satisfied that it has agreed solutions which are capable of meeting its needs. At this point, the Authority will notify the Tenderers of closure of Negotiation and issue an Invitation to Submit Final Tenders (ISFT); and

Stage 5: Evaluation of Final Tenders, Preferred Bidder Stage and Award of Contract. The Authority will evaluate the Final Tenders in accordance with the ISFT document and will award the Contract to the highest-ranking Tenderer.

II.2.5) Award criteria

Quality criterion - Name: Tier 1 - Quality / Weighting: 60

Cost criterion - Name: Tier 1 - Price / Weighting: 35

Cost criterion - Name: Tier 1 - Commercial / Weighting: 5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

1 July 2033

This contract is subject to renewal

Yes

Description of renewals

The new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments.

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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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 negotiations

IV.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

16 November 2023

Local time

12:00pm

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 months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom