Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 16th Nov 2023

Tender Details
Referenceocds-h6vhtk-041a70
Common Procurement VocabularyLitter collection services
Procurement MethodOpen procedure
Value-
« Previous Page

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 16th Nov 2023

Tender Details
Referenceocds-h6vhtk-041a70
Common Procurement VocabularyLitter collection services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Contact

Kerry Dalby-Wyatt

Email

Procurement [at] barnsley.gov.uk

Telephone

+44 01226000000

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

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=74863&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74863&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Clean & Green Services

Reference number

North East Area Council

II.1.2) Main CPV code

  • 90511300 - Litter collection services

II.1.3) Type of contract

Services

II.1.4) Short description

The North East Area Council wishes to procure a provider to deliver a Clean and Green Service in partnership with local residents, community groups and businesses. It is important that the work to be undertaken through this contract builds on the positive work already carried out by the current Provider. It should also complement the Council’s existing “core” offer from Neighbourhood Services to improve the overall environmental appearance of the four wards that make up the North East council area. The service will create a cleaner, greener and more sustainable environment in partnership with local people.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77320000 - Sports fields maintenance services
  • 77330000 - Floral-display services
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning
  • 77342000 - Hedge trimming
  • 90611000 - Street-cleaning services
  • 90918000 - Bin-cleaning services

II.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

II.2.4) Description of the procurement

The North East Area Council wishes to procure a provider to deliver a Clean and Green Service in partnership with local residents, community groups and businesses. It is important that the work to be undertaken through this contract builds on the positive work already carried out by the current Provider. It should also complement the Council’s existing “core” offer from Neighbourhood Services to improve the overall environmental appearance of the four wards that make up the North East council area. The service will create a cleaner, greener and more sustainable environment in partnership with local people.

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: £600,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

One year contract with two further one year options to extend

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

Waste Carrier's Licence

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


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: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

15 December 2023

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

15 December 2023

Local time

12:00pm

Place

Strategic Procurement, BMBC

Information about authorised persons and opening procedure

Authorised representatives from Strategic Procurement, BMBC


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 years

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom