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

Supply & Install a Solid Recovered Fuel (SRF)/Refuse Derived Fuel (RDF) Plant at Cheney Manor, Swindon.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Swindon Commercial Services Limited
Waterside Park, Darby Close, Cheney Manor Industrial Estate
For the attention of: Helen Bohane
SN2 2PN Swindon
UNITED KINGDOM
Telephone: +44 1793464772
E-mail:
Fax: +44 1793513423

Internet address(es):

General address of the contracting authority: www.swindoncommercialservices.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:
Supply & Install a Solid Recovered Fuel (SRF)/Refuse Derived Fuel (RDF) Plant at Cheney Manor, Swindon.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKK14

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)
Refuse disposal and treatment. Wood waste. Slag, dross, ferrous waste and scrap. Leather waste. Textile waste. Rubber waste. Waste-treatment plant construction work. Repair and maintenance of plant. Plant engineering design services. Refuse and waste related services. Non-hazardous refuse and waste treatment and disposal services. Household-refuse disposal services. Refuse recycling services. Training services. Vocational training services. Training programme services. Ash disposal services. Installation services of burners. Installation services of waste incinerators. Swindon Commercial Services Ltd is a wholly owned company of Swindon Borough Council. SCS is established for the purposes of carrying out trading pursuant to Section 95 of the Local Government Act 2003.
Swindon Borough Council is the sole shareholder of the Company and the Council exercises the power and decisive influence over both the strategic objectives and the significant decisions taken by SCS. The control exercised is specifically designed to support SCS’s delivery of its agreed business plan to maximise opportunity and overall value.
Currently SCS is aiming to push forward in the waste industry and reduce its reliance on landfill.
To achieve this SCS is looking to procure, own and operate a Refuse Derived Fuel/ Solid Recovered Fuel plant on its site at Cheney Manor, Swindon.
This plant will be able to accept up to 100 000 tonnes per annum of a mixture of municipal solid waste (MSW) and commercial and industry wastes (C&I;).
The fuel that will be produced from this plant will then be sent to a procured technology provider for best practical use of this fuel type.
The scope of any agreement is expected to include design, manufacture, installation/commissioning, training of operational staff, availability and supply of replacement part, materials and relevant services. The agreement may extend to include civil works, maintenance and elements of operation.
II.1.6)Common procurement vocabulary (CPV)

90510000, 03416000, 14630000, 19610000, 19620000, 19630000, 45222100, 45259000, 71323200, 90500000, 90513000, 90513100, 90514000, 80500000, 80530000, 80521000, 90513400, 51135100, 51135110

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Swindon Commercial Services Ltd (SCS) wishes to submit to tender the requirements for the design, manufacture, supply, erection, commissioning and testing and traing of a Refuse Derived Fuel (RDF)/ Solid Recovered Fuel Facility (SRF) at Cheney Manor Swindon. The nominal value of this contract will be 6 000 000.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Swindon Commercial Services Ltd reserve the right to require deposits, guarantees, bonds, collateral warranties or other forms of security. Further details will be provided in the tender documenation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Swindon Commercial Services Ltd reserves the right in the context of a consortium, bidders to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability. Bidders must provide full details of their proposed contracting structures.
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: As detailed in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As detailed in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: As detailed in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
As detailed in 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
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
21.5.2012 - 16:00
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 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
GO Reference: GO-201245-PRO-3837035.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.4.2012