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

Waste Management Consultancy Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Council of the Isles of Scilly
Town Hall, St Mary's Isles of Scilly
Contact point(s): Council of the Isles of Scilly
For the attention of: Sean Parsons
TR21 0LW Hugh Town
UNITED KINGDOM
Telephone: +44 1720424803
E-mail:
Fax: +44 1720424017

Internet address(es):

General address of the contracting authority: http://www.scilly.gov.uk

Address of the buyer profile: http://www.scilly.gov.uk/procurement/contractop.htm

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:
Waste Management Consultancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Town Hall,
St Mary's,
Isles of Scilly,
TR21 0LW.

NUTS code UKK30

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)
The Council of the Isles of Scilly is seeking to appoint a Technical Advisor (TA) in connection with the continued development and implementation of a sustainable and cost effective strategy for the management of waste generated across the Isles of Scilly. The works will encompass a broad range of activities including:
1. Assist the Council to conclude the current draft governance framework and the implementation phase for the waste strategy;
2. Progress and satisfactorily conclude and deliver the Landfill Closure and Recovery Plans and Treatment Permits for the Waste Management Facility at Moorwell on St Mary's in line with the requirements of the Environment Agency (EA) and ongoing discussions;
3. Assist in the commencement of the procurement of a suitable Contractor for the delivery of works relating to Phase 1B: the management and potential re-use of additional materials within the redevelopment of the Moorwell Waste Management Facility in order to complete the works within 2014-15;
4. Advise on waste diversion and reduction opportunities across the island of St Mary's and other off-islands in order to reduce the environmental impact and costs associated with current practices;
5. Assist in closing off the current financial modeling relating to the long term strategic solution for managing Council waste in consultation with DEFRA and other stakeholders;
6. Provide technical advice and support to the Council with regard to environmental compliance of the existing incinerator;
7. Provision of 50 days additional services.
II.1.6)Common procurement vocabulary (CPV)

71800000, 90500000, 90713100, 90533000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Council of the Isles of Scilly is seeking to appoint a Technical Advisor (TA) in connection with the continued development and implementation of a sustainable and cost effective strategy for the management of waste generated across the Isles of Scilly. The works will encompass a broad range of activities including:
1. Assist the Council to conclude the current draft governance framework and the implementation phase for the waste strategy;
2. Progress and satisfactorily conclude and deliver the Landfill Closure and Recovery Plans and Treatment Permits for the Waste Management Facility at Moorwell on St Mary's in line with the requirements of the Environment Agency (EA) and ongoing discussions;
3. Assist in the commencement of the procurement of a suitable Contractor for the delivery of works relating to Phase 1B: the management and potential re-use of additional materials within the redevelopment of the Moorwell Waste Management Facility in order to complete the works within 2014-15;
4. Advise on waste diversion and reduction opportunities across the island of St Mary's and other off-islands in order to reduce the environmental impact and costs associated with current practices;
5. Assist in closing off the current financial modeling relating to the long term strategic solution for managing Council waste in consultation with DEFRA and other stakeholders;
6. Provide technical advice and support to the Council with regard to environmental compliance of the existing incinerator;
7. Provision of 50 days additional services.
Estimated value excluding VAT:
Range: between 175 000 and 225 000 GBP
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
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company or other appropriate guarantee may be required where independant financial assessements cause concerns regarding the companies financial capability.
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
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: Consultants are required to be eligible to compete for the works in accordance with the provisions set out in Regulation 23 of the Public Contract Regulations 2006.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Regulation 24 of the Public Contract Regulation 2006.
Consultants are to provide the financial details requested in the Tender Schedules document and provide adequate information for the Council to confirm that the consultant is sufficiently solvent to undertake the contract. The Council may undertake independant financial checks to determine the current financial position of the company. Where the information identified in the schedules is not appropriate in a particular case the authority may require the tenderer to provide other information that demonstrates the tenderers economic and financial standing.
Minimum level(s) of standards possibly required: Annual Turnover in the last 2 financial periods of at least 200,000 GBP.
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
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:
WMCS 001
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: 28.3.2014 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.3.2014 - 15:00
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
Date: 31.3.2014

Place:

Council of the Isles of Scilly, Town Hall, St Mary's, Isles of Scilly, TR21 0LW.

Persons authorised to be present at the opening of tenders: no

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

Council of the Isles of Scilly
St Mary's, Isles of Scilly
TR21 0LW Hugh Town
UNITED KINGDOM
E-mail:
Telephone: +44 1720424000
Internet address: http://www.scilly.gov.uk
Fax: +44 1720424017

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:
5.2.2014