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

Recycling of household aluminium products & steel cans.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

East Ayrshire Council
Corporate Procurement Team, London Road HQ
Contact: Legal, Procurement & Regulatory
Attn: Heather Murray
KA3 7BU Kilmarnock
UNITED KINGDOM
Tel. +44 1563576125
E-mail:
Fax +44 1563576179

Internet address(es)

General address of the contracting authority http://www.east-ayrshire.gov.uk

Address of the buyer profile http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

Further information can be obtained at: East Ayrshire Council
Corporate Procurement Team, London Road HQ
Attn: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Tel. +44 1563576125
Fax +44 1563576179
Internet: http://www.east-ayrshire.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: East Ayrshire Council
Corporate Procurement Team, London Road HQ
Attn: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Tel. +44 1563576125
Fax +44 1563576179
Internet: http://www.east-ayrshire.gov.uk

Tenders or requests to participate must be sent to: East Ayrshire Council
Corporate Procurement Team, London Road HQ
Attn: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Tel. +44 1563576125
Fax +44 1563576179
Internet: http://www.east-ayrshire.gov.uk

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
General public services

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Recycling of household aluminium products & steel cans.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 16
Main place of performance East Ayrshire.

NUTS code UKM33

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 10
Duration of the framework agreement: Duration in month(s): 18
II.1.5)Short description of the contract or purchase(s)
East Ayrshire Council is seeking to set up a framework agreement with several service providers who will "buy" from the Council, previously collected household aluminium products and steel cans for recycling to ensure diversion from landfill. The material is broken down into 2 separate lots.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=205323.

The awarding authority has indicated that it will accept electronic responses to this notice via a "tender submission postbox" facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=205323.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

90500000, 44618400

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Lot 1 - approximately 150 tonnes per annum.
Lot 2 - approximately 325 tonnes per annum.
II.2.2)Options
Yes
description of these options: A one year extension option.
provisional timetable for recourse to these options: in months: 18 (from the award of the contract)
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Recycling of aluminium products
1)SHORT DESCRIPTION
Lot 1 - provision of the transportation to uplift all previously collected household aluminium products arising in whatever form, from Council Depot and deliver the materials to either, a storage facility or a processor.
2)COMMON PROCUREMENT VOCABULARY (CPV)

90500000, 14721000

3)QUANTITY OR SCOPE
Approximately 150 tonnes per annum.
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Recycling of steel cans
1)SHORT DESCRIPTION
Lot 2 - provision of the transportation to uplift previously collected steel cans arising in whatever form, from Council depots and deliver the material to a processor for recycling.
2)COMMON PROCUREMENT VOCABULARY (CPV)

90500000, 44618400

3)QUANTITY OR SCOPE
Approximately 325 tonnes per annum.
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 regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
No specific legal form is required but each bid shall specify the main service provider with whom the Council will contract, all other bidders in the group being sub-contracts to the main service provider.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
Tenderers must hold appropriate waste transfer licenses/accreditations.
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 requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the state in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant state in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant state in which the economic operator is established.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(1) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(2) A check may be carried out by the contracting authority or by a competent official body of the state in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
Refer to tender documents.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
Yes

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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
PS/11/38
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 28.7.2011
IV.3.4)Time-limit for receipt of tenders or requests to participate
2.8.2011 - 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 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)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: 18 months or 30 months, dependent on extension option
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
All tenderers expressing an interest will be invited to tender. Expressions of Interest must be made via the Public Contracts Scotland website - this will be conducted as an eTender, therefore tender documents must be downloaded, completed and uploaded again via the Public Contracts Scotland website. Expressions of interest and downloading of documents must be made by 28.7.2011 with tender submissions uploaded by 12 noon on 2.8.2011 - no late expressions of interest or tenders can be accepted.
All queries during the tender period should be submitted using the Public Contracts Scotland question & answer facility. Tenderers should allow sufficient time to upload their completed tender document to allow for any technical difficulties - if there is a problem tenderers should contact the Public Contracts Scotland helpdesk immediately, and in any event before the 12 noon deadline.
(SC Ref:205323).
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

Refer to VI.4.2)
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2006 (SSI 2006/1) (as amended) may bring proceedings in the Sherriff Court or the Court of Session.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
23.6.2011