Contract notice

Information

Published

Date of dispatch of this notice: 19/05/2015

Expire date: 29/06/2015

External Reference: 2015-768577

TED Reference: 2015/S 099-180288

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

BCH Procurement (Representing The Police and Crime Commissioners for Bedfordshire, Cambridgeshire and Hertfordshire )
N/A
Bedfordshire Police Headquarters
MK43 9AX  Kempston
UK
For the attention of: Jim Bates
Telephone: +44 1234842363
E-mail: jim.bates@bedfordshire.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/29016
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12391&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12391&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Police and Crime Commissioner for Bedfordshire
Woburn Road
MK43 9AX  Kempston
UK
Police and Crime Commissioner for Hertfordshire
South Cambridgeshire Hall, Cambourne Business Park
CB23 6EA   Cambourne
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Waste & Recycling Services for Bedfordshire Police & Hertfordshire Constabulary

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No16:  Sewage and refuse disposal services; sanitation and similar services
    Main site or location of works, place of delivery or of performance:

    Bedfordshire & Hertfordshire

    NUTS code
    EAST OF ENGLAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    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.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    90500000   Refuse and waste related services
    Supplementary vocabulary
    90510000   Refuse disposal and treatment
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90514000   Refuse recycling services
    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:  yes
    Tenders may be submitted for  all lots
    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:

    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.

    Estimated cost excluding VAT
    Range: between  300000  and 400000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  1
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12
    II.3)

    Duration of the contract or time limit for completion

    Starting  02. 11. 2015  Completion  02. 11. 2018

    Information about lots

    Lot No: 1  Lot title: Waste & Recycling Services for Hertfordshire Constabulary
    1)

    Short description:

    This lot is for Hertfordshire Constabulary. If you are

    tendering for all the lots please copy the documents

    that applies to all.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    90500000   Refuse and waste related services
    Supplementary vocabulary
    90510000   Refuse disposal and treatment
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90514000   Refuse recycling services
    3)

    Quantity or scope:

    Waste & Recycling Services for Hertfordshire Constabulary

    Estimated cost excluding VAT
    Range: between  250000  and 300000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Waste & Recycling Services for Bedfordshire Police
    1)

    Short description:

    This lot is for Bedfordshire Police. If you are

    tendering for all the lots please copy the documents

    that applies to all.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    90500000   Refuse and waste related services
    Supplementary vocabulary
    90510000   Refuse disposal and treatment
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90514000   Refuse recycling services
    3)

    Quantity or scope:

    Waste & Recycling Services for Bedfordshire Police

    Estimated cost excluding VAT
    Range: between  75000  and 100000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Waste & Recycling Both Forces' Discount
    1)

    Short description:

    This lot will only be awarded if it benefits both forces.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    90500000   Refuse and waste related services
    Supplementary vocabulary
    90510000   Refuse disposal and treatment
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90514000   Refuse recycling services
    3)

    Quantity or scope:

    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.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    The Contractor(s) will be required to hold current & appropriate waste management licences and carriers certificate of registration for the transporting of waste.

    III.2)

    Conditions for participation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    (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).

    Minimum level(s) of standards possibly required:

    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.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    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

    Minimum level(s) of standards possibly required:

    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

    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.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of  the criteria stated below
    1. Price . Weighting 60
    2. General Method Statement . Weighting 6
    3. Recycling / Disposing of materials . Weighting 6
    4. Resourcing Contract Requirements . Weighting 6
    5. Liaison with Contract Administrators & other staff . Weighting 6
    6. Implementation & Mobilisation . Weighting 6
    7. Innovation & Improvement . Weighting 4
    8. Understanding of Requirements . Weighting 6
    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

    E/4/0049/15

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    24.06.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 003 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    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).

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained