Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Warwickshire County Council
Sustainable Communities, Waste Management, PO Box 43, Shire Hall
For the attention of: Tamalyn Goodwin
CV34 4SX Warwick
UNITED KINGDOM
Telephone: +44 1926412724
E-mail:
Internet address(es):
General address of the contracting authority: http://www.warwickshire.gov.uk
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
The Coventry and Solihull Waste Disposal Company Limited
Bar Road, Coventry, CV3 4AN
CV3 4AN Coventry
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Re-use, recycling or composting of carpet waste from Household Waste Recycling Centres.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: The County Council Boundaries of Warwickshire County Council and Coventry City Council.
NUTS code UKG33,UKG13
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)A Contractor is required to provide a suitable delivery point for receipt of carpet waste (mixed natural and synthetic carpet and underlay) and ensure the carpet waste is reprocessed so that it is re-used, recycled or composted. The contractor must be able to accept a minimum tonnage of Carpet Waste per annum of 2 500 tonnes.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
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: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 registersInformation and formalities necessary for evaluating if the requirements are met: Evidence as required as stated in the Tender Documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The Council will undertake its initial financial assessment based on an independent credit reference report from Creditsafe where this is available. If the result of this reference would mean a Tenderer failing to meet the Council's requirements for financial viability or a credit reference agency reference is not available, the Council will require further evidence from Tenderers (e.g. published accounts) in order to finalise its assessment. Please see the tender documentation.
Minimum level(s) of standards possibly required: Evidence as required as stated in the Tender Documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Evidence as required as stated in the Tender Documentation.
Minimum level(s) of standards possibly required:
Evidence as required as stated in the Tender Documentation.
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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:4575
IV.3.2)Previous publication(s) concerning the same contractno
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 participate3.2.2014 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and/or their appointed agents.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional informationThe objective of this procurement is to provide a cost effective service for the re-use, recycling or composting of carpet waste from Household Waste Recycling Centres within the boundaries of Warwickshire. In addition The Coventry and Solihull Waste Disposal Company Limited (CSWDC) may utilise this contract. CSWDC is an independent waste management company. CSWDC Shareholders are Coventry City Council and Solihull Metropolitan Borough Council.
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:12.12.2013