Swindon Commercial Service Ltd Fuel Use Contract for the Offtake of Refuse Derived Fuel/Solid Recovered Fuel.
Contract notice
Services
Section I: Contracting authority
Swindon Commercial Services Limited
Waterside Park, Darby Close, Cheney Manor Industrial Estate
For the attention of: Sue Connaghan
SN2 2PN Swindon
UNITED KINGDOM
Telephone: +44 1793463753
E-mail:
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)
Section II: Object of the contract
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKK14
Swindon Commercial Services Ltd is seeking to procure a fuel use solution which will manage the residual waste diversion targets that Swindon Borough Council are required to meet, without impacting upon its existing recycling and composting achievements.
Swindon Commercial Services Ltd is a wholly owned company of Swindon Borough Council and is a "Teckal" company pursuant to the rules and principles of UK and European procurement law. They deliver a range of services, including waste collection, recycling and disposal to Swindon Borough Council under contractual arrangements that were put in place at the time Swindon Commercial Services Limited was incorporated.
The key outcomes of the fuel use solution is the use of the Refuse Derived Fuel ("RDF”)/Solid Recovered Fuel ("SRF”) in a cost effective manner and to minimise the climate change impact of managing MSW. Swindon Commercial Services will be looking for services which represent value for money.
Refuse Derived Fuel is a Municipal Solid Waste that has been shredded, sorted for recyclates, baled and wrapped. Average moisture content of 35-40 % with a calorific value ranging from 10 to 14 megajoules.
Solid Recovered Fuel is a Municipal Solid Waste that has been shredded, sorted for recyclates,dried, baled and wrapped. Average moisture content of less than 20 % with a calorific value of greater than 18 megajoules.
The fuel use solution will be let for the use of Refuse Derived Fuel/Solid Recovered Fuel, the successful contractor will be responsible for
- collection/or delivered by Supplier of the Refuse Derived Fuel/Solid Recovered Fuel from Swindon to the delivery point of the fuel use.
- collection/or delivered by Supplier of the Refuse Derived Fuel/Solid Recovered Fuel from the delivery points to the fuel use facility, if different.
- the management of residues and by products.
The initial contract period will either be for a One year contract with an option to extend for a further 1 plus 1 plus 1, total 4 year period or a Two year contract with an option to extend for a further 1 plus 1 year, total 4 year period. The operational commencement date is anticipated to be 2 January 2014.
Swindon Commercial Services Ltd reserves the right to decide on the most cost effective solution for delivery and Contact term, once the tender evaluation has been completed.
90500000 - FC03 - FC02 - FC01, 90510000, 90513000, 90513200, 90514000, 90512000, 90513300, 90531000, 90533000, 66132000, 90513400
Tenders may be submitted for one or more lots
.
Information about lots
Lot No: 1 Lot title: Refuse Derived Fuel ("RDF")90500000
Estimated price range is GBP 1 300 000 to GBP 2 300 000 for the duration of the contract including extension periods. The range includes options for collection, delivery and testing.
90500000
Estimated price range GBP 3 600 000 to GBP 6 400 000 for the duration of the contract including extension periods. The range includes options for collection, delivery and testing.
Section III: Legal, economic, financial and technical information
Description of particular conditions: The Selected Contractors will be required to have all the appropriate licences under UK legislation. The Contractors may also be responsible for attaining or contributing to certain statutory and non-statutory targets (such as but not limited to, recycling performance targets and the diversion of biodegradable municipal waste from landfill).
Please refer to the Tender documents for further information.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Please refer to the Tender documents for further information.
(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.
Please refer to the Tender documents for further information.
Minimum level(s) of standards possibly required: Please refer to the Tender documents for further information.
(a) a list of the works carried out over the past five 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.
(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 three 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.
Please refer to the Tender documents for further information.
Section IV: Procedure
Section VI: Complementary information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=75020156
GO Reference: GO-2013930-PRO-5164095Body responsible for mediation procedures
Swindon Commercial Services Ltd
Swindon
Swindon Commercial Services Ltd
UNITED KINGDOM