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

Horsham District Council - Trade Waste and Recycling Disposal Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Horsham District Council
Parkside, Chart Way, North Street
Contact point(s): Procurement
RH12 1RL Horsham
United Kingdom

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:
Horsham District Council - Trade Waste and Recycling Disposal Service.
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: West Sussex, United Kingdom.

NUTS code UKJ24

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)
Provision of a Trade Waste and Recycling disposal service for Horsham District Council to dispose of the following initial trade waste streams: a) general trade waste; b) trade mixed dry recycling; c) trade cardboard and paper only. Service requirements shall be to dispose of or recycle those trade waste/recycling streams presented by the council at the Contractor's site.
For operational reasons the Contractor's disposal facility should be conveniently located to the Council's Depot, Worthing Road, Horsham, RH13 0AR.
Initial contract shall be for a 5 year term from 1.9.2016.
Full details of the Council's requirements may be found in the tender documents.
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.

http://www.sesharedservices.org.uk/esourcing

The SE Shared Services eSourcing portal provides a web based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal clarifications and submit your bid electronically.
In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
II.1.6)Common procurement vocabulary (CPV)

90510000, 90514000, 90513000

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:
Provision of a Trade Waste and Recycling disposal service for Horsham District Council to dispose of the following initial trade waste streams: a) general trade waste; b) trade mixed dry recycling; c) trade cardboard and paper only. Service requirements shall be to dispose of or recycle those trade waste/recycling streams presented by the council at the Contractor's site.
For operational reasons the Contractor's disposal facility should be conveniently located to the Council's Depot, Worthing Road, Horsham, RH13 0AR.
Initial contract shall be for a 5 year term from 1.9.2016.
Full details of the Council's requirements may be found in the tender documents.
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.

http://www.sesharedservices.org.uk/esourcing

The SE Shared Services eSourcing portal provides a web based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal clarifications and submit your bid electronically.
In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
Estimated value excluding VAT:
Range: between 1 800 000 and 4 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 5.9.2016. Completion 4.9.2021

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents.
III.1.4)Other particular conditions
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: As detailed in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
Minimum level(s) of standards possibly required:
As detailed in the tender documents.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
HMDC - 007707
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.7.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.7.2016 - 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
in days: 90 (from the date stated for receipt of 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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Horsham District Council
Parkside, Chart Way, North Street
RH12 1RL Horsham
United Kingdom
E-mail:

Body responsible for mediation procedures

As above

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

As above

VI.5)Date of dispatch of this notice:
7.6.2016