Contract notice

Information

Published

Date of dispatch of this notice: 17/12/2020

Expire date: 27/01/2021

External Reference: 2020-518148

TED Reference: 2020/S 249-622768

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Suffolk and the Suffolk Chief Constable
N/A
Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
UK
Contact person: Ben Copeland
Telephone: +44 07711711089
Internet address(es):
The Police, Fire and Crime Commissioner for Essex and the Essex Chief Constable
Kelvedon Park, London Road, Rivenhall, Essex CM8 3HB
Witham
CM8 3HB
UK
Internet address(es):
The Police and Crime Commissioner for Bedfordshire and the Bedfordshire Chief Constable, Police HQ,
Woburn Road, Kempston, Bedfordshire
Milton Keynes
MK43 9AX
UK
Internet address(es):
The Police and Crime Commissioner for Cambridgeshire and the Cambridgeshire Chief Constable
Hinchingbrooke Park, Cambridgeshire
Huntingdon
PE29 6NP
UK
Internet address(es):
The Police and Crime Commissioner for Hertfordshire and the Hertfordshire Chief Constable, Harpendon Police Station,
15 Vaughan Road, Hertfordshire
Harpendon
AL5 4GZ
UK
Internet address(es):
The Police and Crime Commissioner for Kent and the Kent Chief Constable, Police HQ,
Sutton Road
Maidstone
ME15 9BZ
UK
Internet address(es):
The Office of The Police and Crime Commissioner for Norfolk and the Norfolk Chief Constable,
Building 8, Jubilee House, Falconers Chase, Norfolk
Wymondham
NR18 0WW
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35999&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Waste Management and Waste Recycling Services
Reference number:  7F-2020-0029
II.1.2)

Main CPV code

90500000  -  Refuse and waste related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Waste Management and Recycling Services to 7 Forces
II.1.5)

Estimated total value

Value excluding VAT: 7301000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

19620000  -  Textile waste
19640000  -  Polythene waste and refuse sacks and bags
34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
90512000  -  Refuse transport services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
90514000  -  Refuse recycling services
90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
90524100  -  Clinical-waste collection services
90524200  -  Clinical-waste disposal services
II.2.4)

Description of the procurement

One waste partner to provide a Waste Management Service to 7 Forces
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 7301000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Extension; plus 12 months plus 12 months plus 12 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Criteria as stated in the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/01/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  25/01/2021
Local time:  12:01

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055