By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Collection of WEEE for Reuse and Recycling and Furniture for Reuse.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Ipswich Borough Council
Russell Road
Contact point(s): www.suffolksourcing.co.uk
For the attention of: Karen Tucciarone
IP1 2DE Ipswich
UNITED KINGDOM
Telephone: +44 1473433903
E-mail:

Internet address(es):

General address of the contracting authority: www.ipswich.gov.uk

Address of the buyer profile: https://www.suffolksourcing.co.uk

Electronic access to information: https://www.suffolksourcing.co.uk

Electronic submission of tenders and requests to participate: https://www.suffolksourcing.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Collection of WEEE for Reuse and Recycling and Furniture for Reuse.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Collection of Waste Electronic and Electrical Equipment for Reuse and Recycling and Furniture for Reuse.

NUTS code UKH14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Collection and Waste Electronic and Electrical Equipment (WEEE) for Reuse and Recycling and Furniture for Reuse.
II.1.6)Common procurement vocabulary (CPV)

90500000, 90511200, 39100000, 42914000, 39510000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Collection of Waste Electrical and Electrical Equipment (WEEE) for Reuse and Recycling and Furniture for Reuse.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority may require a parent company guarantee if the contract value exceeds 1 000 000 GBP.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability will be required if a group of economic operators is awarded the contract and a lead contractor must be appointed.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Economic operators who express an interest in the contract will be required to complete a pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: The authority will select economic operators to be invited to tender in accordance with regulations 23-26 of the Public Contracts Regulations 2015.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IBC00488
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The time limit stated in IV.3.4) is for returning the Pre-Qualification Questionnaire. Requests to participate may only be made by obtaining and completing the Pre-Qualification Questionnaire and returning it to the contracting authority at the address stated in I.1.1)
The address and time limit for the return of tenders will be stated in the tender documents, which will be sent to those candidates who are selected to participate.
All dates and time periods specified in this notice are provisional and the contracting authority reserves the right to change them.
The authority reserves the right not to award the contract. It reserves the right not to proceed with all or any part of the project detailed at II.1) above and in no circumstances will it be responsible for any costs incurred by economic operators as a result of the publication of this notice or otherwise in connection with their tenders.

Full details of this tender can be found on the Suffolk Sourcing System - www.suffolksourcing.co.uk Before viewing this tender, please refer to the Suffolk Sourcing System 'User Guides’, which can be accessed via the Suffolk Sourcing Homepage.

Suffolk Sourcing is an E-Tendering system jointly operated by Suffolk County, District and Borough Councils.
The council's new requirement in CSO 16.1.3 for the payment of a living wage (as defined by the Living Wage Foundation) to all those employed on the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The authority will allow a standstill period of at least 10 days at the point information on the award of the contract is communicated to tenderers. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for an economic operator who has suffered or risks suffering loss or damage by a breach of the regulations to take proceedings in the High Court. Proceedings must normally be started within 30 days of the date when the economic operator first knew or ought to have known that grounds for starting proceedings had arisen.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.3.2016