Date of dispatch of this notice: 19/05/2015
Expire date: 29/06/2015
External Reference: 2015-768577
TED Reference: 2015/S 099-180288
Date of dispatch of this notice: 19/05/2015
Expire date: 29/06/2015
External Reference: 2015-768577
TED Reference: 2015/S 099-180288
Waste & Recycling Services for Bedfordshire Police & Hertfordshire Constabulary
Bedfordshire & Hertfordshire
The Authorities wish to engage a suitably experienced and qualified Contractor for
the provision of General and Mixed Recycling Waste Management Services. This
will include but not be limited to the provision of equipment, including its
maintenance and replacement, the collection and subsequent management
(including treatment and disposal) of materials and wastes.
There will be three lots. One for Hertfordshire Constabulary, one for Bedfordshire
Police and a third offering a discount if the Contractor is awarded both forces.
Waste & Recycling Services for Bedfordshire Police & Hertfordshire Constabulary. 2.1. The Authorities wish to engage a suitably experienced and qualified Contractor(s) for the provision of General and Mixed Recycling Waste Management Services. This will include but not be limited to the provision of equipment, including its maintenance and replacement, the collection and subsequent management (including treatment and disposal) of materials and wastes.
This lot is for Hertfordshire Constabulary. If you are
tendering for all the lots please copy the documents
that applies to all.
Waste & Recycling Services for Hertfordshire Constabulary
This lot is for Bedfordshire Police. If you are
tendering for all the lots please copy the documents
that applies to all.
Waste & Recycling Services for Bedfordshire Police
This lot will only be awarded if it benefits both forces.
The Contractor(s) will be required to hold current & appropriate waste management licences and carriers certificate of registration for the transporting of waste.
(a) A copy of the audited accounts for the most recent two years
(b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation
(c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
(d) Alternative means of demonstrating financial status if any of the above are not available (e.g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Please submit finance records as above for the parent company where a parent company guarantee is being provided.
(d) Alternative means of demonstrating financial status if any of the above are not available (e.g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
You may be disqualified if subsequent checks and/or inspection of accounts show that your company may not have sufficient and secure finances for our requirements. This may include a credit check. The minimum yearly turnover that contractors are required to have shall be at least twice the estimated contract value.
These include relevant experience and contract examples, insurances, compliance with equality legislation, compliance with environmental legislation and environmental control, compliance with Health and Safety legislation and control, capability and quality submission.
There will also be minimum scores in relation to the applicant‘s quality submission and a mandatory pass / fail question based on risk assessments after site visits
Relevant experience and contract examples: meets the minimum requirement for at least two out of four contracts with acceptable reference(s) in terms of equivalent requirements.
Minimum insurances: Employer’s Liability Insurance = £10,000,000
Public Liability Insurance = £5,000,000, Professional Indemnity Insurance = £2,000,000
Compliance with equality legislation: Has not has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court or complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds of alleged unlawful discrimination; you can demonstrate to the authority’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring. Processes in place to check sub-contractors.
Compliance with environmental legislation: The authority will not select bidder(s) that have been prosecuted or served notice under environmental legislation in the last 3 years, unless the authority is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches. Processes in place to check sub-contractors.
Compliance with Health and Safety legislation: Has not been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years, unless the applicant can demonstrate to the authority’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches. Processes in place to check sub-contractors.
Environmental, Health & Safety Quality Control and Capability: Applications may be disqualified if an unsatisfactory response is received to any question or if the question is inadequately or incorrectly completed where it is considered that the applicant doesn‘t have the legal or financial capacities or the technical or professional abilities to perform the contract to be awarded. This will be considered where the applicant receives one zero score or two or more scores of 1 in a section or if the mandatory questions are not answered satisfactory.
Applicants will be expected to achieve at least minimum weighted scores in the following sections - Environmental Control: 5, Health & Safety Control: 5, Quality Control: 5, Capability: 25 (this section will be evaluated first and failure to accept the minimum score will result in the other sections not being scored)
Minimum Overall Weighted Score: 65
Companies will be disqualified if they do not achieve these scores unless there are less than five companies who pass the minimum requirements, where other companies may be considered if they be show that they can meet the minimum requirements within the required timescales, as long as the added company are not excluded for a failure in a mandatory question or are disqualified for very poor or unacceptable answers.
Applications will be disqualified for an unacceptable response and / or disqualified for two or more poor responses received in their Quality Submission where these do not meet the minimum standard after any clarification response has been received. Clarification will be at the discretion of the evaluation panel, should they believe the question was not sufficiently clear.
There is an extra question based on a risk assessment of Bedfordshire Police HQ and/ or Hertfordshire Constabulary HQ depending on the lot you are applying for. This will be a pass or fail question based on a minimum of fitness for purpose, good in many respects; no significant weaknesses, issues or omissions
E/4/0049/15
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).