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

Framework for the Collection, Treatment and Disposal of Clinical (Healthcare) Waste.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Carmarthenshire County Council
County Hall
Contact point(s): Environment
For the attention of: Diane Thomas
SA31 1JP Carmarthen
UNITED KINGDOM
Telephone: +44 1267234567

Internet address(es):

General address of the contracting authority: www.carmarthenshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0281

Electronic access to information: http://www.etenderwales.bravosolution.co.uk/

Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk/

Further information can be obtained from: Carmarthenshire County Council
County Hall
Contact point(s): Environment
For the attention of: Diane Thomas
SA31 1JP Carmarthen
UNITED KINGDOM
Telephone: +44 1267234567
Internet address: www.carmarthenshire.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Carmarthenshire County Council
County Hall
SA31 1JP Carmarthen
UNITED KINGDOM
Telephone: +44 1267234567
Internet address: www.carmarthenshire.gov.uk

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:
Framework for the Collection, Treatment and Disposal of Clinical (Healthcare) Waste.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Carmarthenshire.

NUTS code UKL14

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 a single operator

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 840 000 GBP
II.1.5)Short description of the contract or purchase(s)
This framework is for the service required by the Authority for the collection, treatment and disposal of clinical (Healthcare) waste from domiciliary premises in Carmarthenshire, hereafter referred to as Healthcare Waste. Infant and baby nappy collections may be introduced during the period of the contract. Any other council owned or run establishments can also take advantage of this contract. Other Carmarthenshire County Council establishments may include, but are not limited to Education, Corporate Property and the Department for Communities.
Please note that this is a single supplier framework arrangement, specific quantities, or guarantees as to expenditure, cannot be given. The Framework Agreement is a non contractual arrangement whereby the Nominated Supplier offers the supply of services at an agreed price for the offer period subject to variations but a contractual relationship between the Nominated Supplier and the Purchaser(s) does not become effective until the Purchaser(s) places an order with the Nominated Supplier for the supply of service. This framework agreement will not be for any fixed quantity but only for such quantities as the Purchaser(s) may order from time to time.
The Contract shall be for 3 years (with the possibility of an extension for a further period of up to 1 year depending on available budget, satisfactory performance etc and subject to agreement by all parties).
TUPE information:
it has been confirmed by the current provider of this service that there are TUPE [Collective Redundancies and Transfer of Undertakings (protection of Employment) (Amendment) Regulations 2014] implications attached to this contract.
Basic employee information has been provided by the existing Service Provider and this can be found in the Invitation to Tender documentation. This information was confirmed as correct at the time of inviting companies to tender. Tenderers are advised that this may change during the process.
Tenderers are asked to complete a Confidentiality Undertaking which is located in the Invitation to Tender document and return by the submission return date.

Note: the authority is using e-Tenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=30448

II.1.6)Common procurement vocabulary (CPV)

90500000, 85142300, 90524100, 90524200

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: 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:
As detailed in the e-Tender documentation.
II.2.2)Information about options
Options: yes
Description of these options: The framework shall be for 3 years (with the possibility of an extension for further period of up to 1 year depending on available budget, satisfactory performance etc. and subject to agreement by all parties).
There may be a need during the course of the contract, for the Authority to instigate a nappy collection and treatment services to its residents. Discussions will be initiated with the successful contractor to ensure that they can deal with and maintain any increase in material input and meet the targets set for hygiene waste before any scheme is implemented. The Authority cannot give a guarantee that this option will be taken up during the life of the framework.
Any other council owned or run premises can also take advantage of this contract, but the material will not fall within the scope of municipal waste and thereby not count towards Welsh Government recycling targets. Other users may include, Education, Corporate Property and Social Care and Housing day centres and care homes.
II.2.3)Information about renewals
This contract is subject to renewal: no
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of suppliers winning the contract the council will require each supplier in the group to become joint or severally responsible before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: A minimum recycling/composting rate of 35 % shall be achieved and all resultant products that count towards the local authority recycling targets (LARTs) must meet end of waste criteria or quality protocols set out in the Waste (Wales) Measure 2010 and The Recycling, Preparation for Re-use and Composting Targets (Definitions) (Wales) Order 2011. Carmarthenshire County Council is fully committed to achieving the Welsh Government's Statutory Recycling Targets and expects Contractors to find markets, where ever possible, for treated waste streams.
The Contractor shall ensure that the recycling and or composting targets increase on an annual basis to a minimum of 50 % by the end of Year 2 of the contract. The contract can be terminated after three failures to maintain these recycling levels in a 12 month period.
Higher recycling and/or composting rates that contribute to Local Authority Recycling Targets (LARTs) shall receive additional monthly initiative payments at the following rates:
- 55 %-65 % = 200 GBP additional to fixed price;
- 65 %-70 % = 400 GBP additional to fixed price;
- > 70 % = 600 GBP additional to fixed price.
These payments shall only be made if the contractor maintains the required recycling rate for the whole of the relevant month period.
The Contractor must provide evidence compliant with the criteria for reporting on Waste Data Flow for any material to be classed as recycled and be included for the Recycling Initiative payment.
Waste that does not meet the recycling compliance criteria, will not be included in any recycling initiative payment.
The Contractor and the Authority shall, meet initially quarterly and thereafter every 6 months until the contract ceases to review the work being carried out under the terms of the Contract.
An annual review shall take place on the anniversary of contract award.
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

Information and formalities necessary for evaluating if the requirements are met: Candidates will be required to provide evidence as specified in Article 58 (3) http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from;=EN

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

Candidates will be required to provide evidence as specified in Article 58 (4) http://eur-lex.europa.eu/legal-content/EN/TXT/PDF/?uri=CELEX:32014L0024&from;=EN

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
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:
IV.3.2)Previous publication(s) concerning the same contract
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 participate
12.11.2015 - 14:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 13.11.2015 - 9:00

Place:

Carmarthenshire County Council.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: During year four of the framework.
VI.2)Information about European Union funds
VI.3)Additional information
To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_30786
As this is an Open procedure, Tenderers must ensure that all ITT questions are fully responded to. The following ITT Project codes may further assist you in locating the opportunities: ITT Code: itt_48883
Please, also ensure you check the Attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack.
Suppliers Instructions How to express interest in this Tender:
1. Register your company on the e-tenderwales portal (this is only required once);

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the "Suppliers register here" link;
- Enter your correct business and user details;
- Note the username you chose and click "Save" when complete;
- You will shortly receive an email with your unique password (please keep this secure);
- Agree to the terms and conditions and click "continue";
2. Express an Interest in the Project:
- Login to the portal with the username/password;
- Click the "ITTs Open to All Suppliers" link (these are Invitation to Tender Documents open to any registered supplier);
- Click on the relevant ITT to access the content;
- Click the "Express Interest" button at the top of the screen;
- This will move the ITT into your "My ITTs" page. (This is a secure area reserved for your projects only);
- Click on the ITT code, you can now access any attachments by clicking the ''''Buyer Attachments" on the left hand side of the screen;
3. Responding to the tender:
- At the top of the screen you can choose to Create Response or Decline to Respond (please give a reason if declining);
- You can now use the Messages function on to communicate with the buyer and seek any clarification;
- Note the deadline for completion, then follow the on-screen instructions to complete the ITT;
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available);
If you require any further assistance use the online help, or the BravoSolution help desk is available Monday - Friday (8:00-18:00) on:

- email:

- Phone: +44 8003684850 / Fax: +44 2070800480.
Tenders or Requests to Participate must be sent to:

Official name: www.etenderwales.bravosolution.co.uk

Postal Address: Carmarthenshire County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at www.etenderwales.bravosolution.co.uk all information may be downloaded and returned though this channel.

(WA Ref: 30448)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
the Authority endeavours to achieve sustainable development outcomes from all its activities and is committed to contributing to the social, economic and environmental well-being of the wider community in all procurement activity. Accordingly, the successful contractor will be required to consider opportunities to achieve community benefits through the delivery of this contract e.g. recruit and train unemployed persons as part of the workforce delivering this contract; work with local schools and colleges for work placements; engage with local communities; etc. Further detail is included in the Tender Documents.
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:
8.10.2015