Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-04c178 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £750,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 2nd Dec 2024
Reference | ocds-h6vhtk-04c178 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Open procedure |
Value | £750,000 |
Section I: Contracting authority
I.1) Name and addresses
Wigan Council
Town Hall, Library Street
Wigan
WN1 1YN
Contact
Mr. Peter Davies
P.Davies [at] wigan.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=1b49ba03-7ea6-ef11-8132-005056b64545
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/Advert/Index?advertId=1b49ba03-7ea6-ef11-8132-005056b64545
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
Haulage and Treatment of Paper and Card Waste
Reference number
DN752629
II.1.2) Main CPV code
- 90500000 - Refuse and waste related services
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking to appoint a suitably qualified and experienced provider to manage the Haulage and Treatment of the Kerbside Collected Paper and Card Waste. The contract will involve the collection and treatment of approximately 11,000 tonnes of waste paper per annum from Wigan's Waste Transfer Station. This equates to around 50 tonnes per day (or 2 to 3 articulated vehicles per day).
The Paper and Card shall be accepted into a legally permitted facility controlled by the Provide which the capacity to accept all of Wigan’s paper/card waste daily. The facility should ensure the highest level of paper/card waste recycling is achieved, and to that end it should be sorted into marketable products that meet the necessary standards of the paper and card recycling industry. The Provider should expect the level of contamination to be approximately 9%. The Provider will need to demonstrate how they will deliver all key aspects of the service which includes: collection and haulage, waste treatment; waste acceptance criteria; recycling and end markets; contract management and quality assurance; business continuity; transitional arrangements; and, social value.
The contract values stipulated at II.1.5 and II.2.6 are the estimated net income to Wigan Council over the 6 year contract period. The tenderer is asked to submit a price per tonne for haulage and a separate price per tonne for treatment. The net monthly charge (or payment) will be net of a rebate (price per tonne) for the value/sale of paper and card based on published prices. The proposed contract will be for 3 years with two options to extend for 2 years and 1 year respectively.
II.1.5) Estimated total value
Value excluding VAT: £750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
II.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
II.2.4) Description of the procurement
The Council is seeking to appoint a suitably qualified and experienced provider to manage the Haulage and Treatment of the Kerbside Collected Paper and Card Waste. The contract will involve the collection and treatment of approximately 11,000 tonnes of waste paper per annum from Wigan's Waste Transfer Station. This equates to around 50 tonnes per day (or 2 to 3 articulated vehicles per day).
The Paper and Card shall be accepted into a legally permitted facility controlled by the Provide which the capacity to accept all of Wigan’s paper/card waste daily. The facility should ensure the highest level of paper/card waste recycling is achieved, and to that end it should be sorted into marketable products that meet the necessary standards of the paper and card recycling industry. The Provider should expect the level of contamination to be approximately 9%. The Provider will need to demonstrate how they will deliver all key aspects of the service which includes: collection and haulage, waste treatment; waste acceptance criteria; recycling and end markets; contract management and quality assurance; business continuity; transitional arrangements; and, social value.
The contract values stipulated at II.1.5 and II.2.6 are the estimated net income to Wigan Council over the 6 year period. The tenderer is asked to submit a price per tonne for haulage and a separate price per tonne for treatment. The net monthly charge (or payment) will be net of a rebate (price per tonne) for the value/sale of paper and card based on published prices. The proposed contract will be for 3 years with two options to extend for 2 years and 1 year respectively.
II.2.5) Award criteria
Quality criterion - Name: Collection and Haulage / Weighting: 5%
Quality criterion - Name: Treatment Requirements / Weighting: 5%
Quality criterion - Name: Waste Acceptance Criteria / Weighting: 5%
Quality criterion - Name: Recycling and End Markets / Weighting: 5%
Quality criterion - Name: Contract Management and Quality Assurance / Weighting: 5%
Quality criterion - Name: Business Continuity and Transitional Arrangements / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 60%
II.2.6) Estimated value
Value excluding VAT: £750,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial term is 36 months, with two possible extensions of 24 month and 12 months respectively.
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
Open procedure
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 January 2025
Local time
5:00pm
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)
IV.2.7) Conditions for opening of tenders
Date
21 January 2025
Local time
10:30am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom