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

Combined Waste Service Framework Tender.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Surrey Police
Procurement Management, Surrey Police, Procurement Management, PO Box 101
For the attention of: Gavin Wolstenhulme
GU1 9PE Guildford
UNITED KINGDOM
Telephone: +44 1483635642
E-mail:

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Combined Waste Service Framework Tender.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Both the Surrey and Sussex Policing Areas.

NUTS code UKJ

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
1. The Joint Procurement Service for Surrey Police and Sussex Police went live on 1.9.2012 operating from the Surrey Police Headquarters in Guildford, with a satellite office based at Sussex Police Headquarters in Lewes. As a result:
2. The Police and Crime Commissioner for Surrey will be acting as the lead force for a framework for Surrey and Sussex Police to select a force wide combined provision of Waste Management. This will cover both forces' premises in the counties of Surrey, East Sussex, West Sussex and Brighton and Hove Metropolitan Council, which amounts to approximately 135 number of police locations, 55 in Surrey and approximately 80 across both East and West Sussex. All locations require a variety of waste management solutions, dependant on the type of asset or waste being disposed of.
3. The successful contractor(s) shall be required to provide an innovative, professional, high quality, responsive and flexible service to ensure that both Surrey and Sussex's Police waste requirements are met, and disposed of safely in accordance with relevant legislation. Both force's would like the successful contractor(s) to take pride in the provision of waste management for Surrey and Sussex Police forces, and therefore enhancing the professional reputation of both force's, as well as any contractor(s) associated with this service provision. Both forces' see this as a partnership with the contractor(s) who would be expected to provide the professional expertise, advice and guidance required.
4. This framework allows the forces the opportunity to consolidate some previously separate agreements into one inclusive contract. Therefore the scope of this contract will include the following:
a. Asset Disposal - Estimated annual expenditure GBP 18,000 - To include items that retain material value and could provide an income to Sussex Police force via sale e.g. phones, electronics, clothes, bikes, scrap metal & wood to name just a few. Surrey Police currently have a policy of donating such items to local charities, or local businesses. This is being reviewed whilst the tender process takes place. Therefore depending upon the policy decision taken Surrey Police may or may not take up the option on this lot.
b. General waste and recycling - Estimated annual expenditure GBP 280,000 - Commercial waste arising from all Police locations. To include: separate collections and disposals of:
i. Sacks, and/or wheelie bins and/or compactor collections of general waste and recycling.
ii. Skip collections and bulky waste disposal.
iii. Food waste.
iv. Confidential paper and media shredding.
v. WEEE.
vi. Metal and wood.
c. Hazardous, Illegal or Offensive Waste items for disposal - Estimated annual expenditure GBP 180,000:
i. To include all waste classified as Hazardous which could include, but is not limited to chemicals, Clinical Waste, Oil, Petrol/Diesel, Aerosols, Solvents and Paint
ii. To include drugs, pornography and counterfeit goods.
iii. Police Uniform shredding
d. Fleet Waste - Estimated annual expenditure GBP 30,000- the disposal of oil, contaminated fuel, filters and other engine parts.
II.1.6)Common procurement vocabulary (CPV)

90511000, 90511100, 90511300, 90511400, 90513000, 90513200, 90513300, 90513500, 90514000, 90523000, 90523100, 90524000, 90524100, 90524200, 90524300, 79342400

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: yes
Tenders may be submitted for all lots
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:
a. Asset Disposal - Estimated annual expenditure GBP 18,000 - To include items that retain material value and could provide an income to Sussex Police force via sale e.g. phones, electronics, clothes, bikes, scrap metal & wood to name just a few. Surrey Police currently have a policy of donating such items to local charities, or local businesses. This is being reviewed whilst the tender process takes place. Therefore depending upon the policy decision taken Surrey Police may or may not take up the option on this lot.
b. General waste and recycling - Estimated annual expenditure GBP 280,000 - Commercial waste arising from all Police locations. To include: separate collections and disposals of:
i. Sacks, and/or wheelie bins and/or compactor collections of general waste and recycling.
ii. Skip collections and bulky waste disposal.
iii. Food waste.
iv. Confidential paper and media shredding.
v. WEEE.
vi. Metal and wood.
c. Hazardous, Illegal or Offensive Waste items for disposal - Estimated annual expenditure GBP 180,000:
i. To include all waste classified as Hazardous which could include, but is not limited to chemicals, Clinical Waste, Oil, Petrol/Diesel, Aerosols, Solvents and Paint.
ii. To include drugs, pornography and counterfeit goods.
iii. Police Uniform shredding.
d. Fleet Waste - Estimated annual expenditure GBP 30,000- the disposal of oil, contaminated fuel, filters and other engine parts.
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 1.6.2014. Completion 31.5.2017

Information about lots

Lot No: 1 Lot title: Asset Disposal
1)Short description
To include items that retain material value and could provide an income to Sussex Police force via sale e.g. phones, electronics, clothes, bikes, scrap metal & wood to name just a few. Surrey Police currently have a policy of donating such items to local charities, or local businesses. This is being reviewed whilst the tender process takes place. Therefore depending upon the policy decision taken Surrey Police may or may not take up the option on this lot.
2)Common procurement vocabulary (CPV)

90511100, 90511300, 90511400, 90513000, 90513200, 90513300, 90513500, 90514000, 90523000, 90523100, 90524000, 90524100, 90524200, 90524300, 79342400

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Hazardous, Illegal or Offensive Waste items for disposal
1)Short description
i. To include all waste classified as Hazardous which could include, but is not limited to chemicals, Clinical Waste, Oil, Petrol/Diesel, Aerosols, Solvents and Paint
ii. To include drugs, pornography and counterfeit goods.
iii. Police Uniform shredding
2)Common procurement vocabulary (CPV)

90511000, 90511100, 90511300, 90511400, 90513000, 90513200, 90513300, 90513500, 90514000, 90523000, 90523100, 90524000, 90524100, 90524200, 90524300, 79342400

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Fleet Waste
1)Short description
The disposal of oil, contaminated fuel, filters and other engine parts.
2)Common procurement vocabulary (CPV)

90511000, 90511100, 90511300, 90511400, 90513000, 90513200, 90513300, 90513500, 90514000, 90523000, 90523100, 90524000, 90524100, 90524200, 90524300, 79342400

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: General Waste and Recycling
1)Short description
Commercial waste arising from all Police locations. To include: separate collections and disposals of:
i. Sacks, and/or wheelie bins and/or compactor collections of general waste and recycling
ii. Skip collections and bulky waste disposal
iii. Food waste
iv. Confidential paper and media shredding
v. WEEE
vi. Metal and wood
2)Common procurement vocabulary (CPV)

90511000, 90511100, 90511300, 90511400, 90513000, 90513200, 90513300, 90513500, 90514000, 90523000, 90523100, 90524000, 90524100, 90524200, 90524300, 79342400

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 10
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:
JPS081
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: 14.2.2014 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.2.2014
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
VI.2)Information about European Union funds
VI.3)Additional information
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:
8.1.2014