Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 13th May 2024

Tender Details
Referenceocds-h6vhtk-045941
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£309,000
« Previous Page

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 13th May 2024

Tender Details
Referenceocds-h6vhtk-045941
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£309,000

Section I: Contracting authority

I.1) Name and addresses

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

Email

procurement [at] walsall.gov.uk

Country

United Kingdom

NUTS code

UKG38 - Walsall

Internet address(es)

Main address

www.walsall.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/walsallcouncil

Additional information can be obtained from the above-mentioned address

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

WP3991: Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard Waste

Reference number

WP3991

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

Waste Treatment and Disposal Services - Soil and Rubble, Ceramics, Plasterboard WasteThree LotsLot 1 - Soil and Rubble (Waste Code 17-05-04) Lot 2 – Ceramics (Waste Code 17-01-03) Lot 3 – Plasterboard (Waste Code 17-08-02)

II.1.5) Estimated total value

Value excluding VAT: £309,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenders may be submitted for one or more lots.The estimated value of the Contract is calculated over the whole lifetime of the contract and includes any renewals or extensions and all of the lots into which the contract may be divided.

II.2) Description

II.2.1) Title

Lot1 - Soil and Rubble Waste

Lot No

1

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

West Midlands

II.2.4) Description of the procurement

Waste Treatment and Disposal Services - Soil and Rubble

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: £75,000

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

Start date

1 July 2024

End date

30 June 2030

This contract is subject to renewal

Yes

Description of renewals

Extension option of up to two years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

Bidders can tender for any lot

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Lot2 - Ceramics

Lot No

2

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

West Midlands

II.2.4) Description of the procurement

Waste Treatment & Disposal Services - Lot 2 Ceramics

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: £42,000

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

Start date

1 July 2024

End date

30 June 2030

This contract is subject to renewal

Yes

Description of renewals

Contract extension of up to two years

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

Bidders can apply for one or more lots

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Lot3 - Plasterboard

Lot No

3

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

West Midlands

II.2.4) Description of the procurement

Waste Treatment & Disposal Services - Plasterboard

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: £192,000

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

Start date

1 July 2024

End date

30 June 2030

This contract is subject to renewal

Yes

Description of renewals

Contract extension of up to two years

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

Bidders can apply for one or more lots

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

As stated in the tender 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

III.2.2) Contract performance conditions

As stated in the tender documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

In order to generate adequate interest in all lots and achieve value for money overall.

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

13 June 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

13 June 2024

Local time

2:00pm

Place

Walsall Council with the option for tenders to be opened remotely in accordance with the Council's contract rules.Two or more opening ceremony users to attend.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncilThe Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions.The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.This is a voluntary contract notice.Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

VI.4) Procedures for review

VI.4.1) Review body

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).