Provision of a delivery point and treatment service for street sweepings

A Tender Notice
by CONWY COUNTY BOROUGH COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
23.5 month
Value
£0-£360K
Sector
ENVIRONMENT
Published
27 Sep 2021
Delivery
To 19 Oct 2023 (est.)
Deadline
29 Oct 2021 15:00

Concepts

Location

Conwy and Denbighshire: Conwy County, North Wales

Geochart for 1 buyers and 0 suppliers

Description

Conwy County Borough Council (the “Council”) is procuring a service to recycle and treat street sweepings and gully waste collected by mechanical sweepers and gully tankers within the Conwy County area. The overall recycling and treatment requirement is anticipated to be around 2,800 tonnes of street sweepings and gully waste per annum (but no guaranteed minimum tonnage will apply). The Council proposes to enter into contract for a period of 2 years with the option to extend for a further 12 months.

Total Quantity or Scope

Tenderers should note that the quantities are indicative only. Actual waste inputs are dependent upon seasonal fluctuations and weather patterns that will effect street sweeping frequency. * The Council proposes to enter into contract for a period of 2 years with the option to extend for a further 12 months with the successful contractor. The anticipated contract commencement date is 01/12/2021. Street sweepings and gully waste collected from across the Conwy County area is collected by a fleet of authority sweepers and is tipped at the Council’s Materials Recycling Facility (MRF) at Bron y Nant Road, Mochdre. The material is then drained on site to reduce the overall water content in the material before it is transferred to the treatment facility. The waste is then loaded into 40 cubic yard skips each containing an average of 13 tonnes per skip, for onward transfer to the treatment facility. The Council is responsible for haulage transfer of the material to and from the treatment facility. The contractor will provide a service for the acceptance, processing, recycling, treatment and disposal of street sweeping waste and gully waste at a suitably licensed and permitted waste treatment facility. The method of treatment and disposal for waste is not prescribed and could involve various treatment methods such as mechanical separation, screening, silt treatment, Energy From Waste (EFW) incineration, anaerobic digestion, aerobic / In-vessel composting etc.. This is not an exhaustive list of treatment options. The contractor will be responsible for arranging outlets for the reuse, reprocessing, treatment or disposal of all material fractions arising from the waste, including any potential onward haulage costs. Currently all street sweepings and gully emptying’s collected by County Councils have the non-hazardous waste code: 20 03 03. The treatment service provided by the contractor must be compliant with the latest Natural Resources Wales guidance relating to the recovery of Street Sweepings and Gully Waste. This information can be found via the following link: http://www.wastedataflow.org/documents/guidancenotes/Wales/OtherGuidanceNotes/LA... The duties to maximise recycling and to minimise landfill tonnages are fundamental to this contract. The minimum amount of reuse, recycling or composting of contract waste required by the Council, based on past performance, is >85% over a calendar year.

Renewal Options

+ 12 Months

Award Criteria

Preferred treatment process/s undertaken 10%
Contingency arrangements 5%
Previous experience in the treatment of Street Sweepings 5%
Environmental Permits PASS/FAIL
Technically Competent Management PASS/FAIL
price 80

CPV Codes

  • 90500000 - Refuse and waste related services
  • 45232470 - Waste transfer station
  • 77120000 - Composting services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=114241. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: COMMUNITY BENEFITS Procurement is viewed as a key driver for delivering the Council’s sustainable development commitments. The organisation’s commitment to deliver ‘community benefit’ outcomes from our procurement activity is designed to ensure that wider social, environmental and economic issues are taken into account when spending public money. At award of contract, the successful contractors will be expected to work with the category officer to maximise the community benefits delivered through this contract. This will include:- Training and Employment opportunities Consider the opportunities to offer employment and / or training opportunities as part of the contract which could include the recruitment and training of long term economically inactive persons as part of the workforce delivering this contract. Consider the ability to maintain and/or retrain current employees as a result of winning the contract. Value Added Services The successful Contractors will also be encouraged to secure other value-added, positive outcomes that would benefit the community they operate within, for example:- -Work with local colleges - work experience/work placements -Contribute to community regeneration schemes Please note, the examples given are not an exhaustive list and the Council welcomes additional solutions which support the ethos of community benefits. As part of your tender, you are asked to submit a Community Benefits Plan/Proposal, setting out how you will deliver ‘community benefits’ through the contract. Although the Community Benefits Plan/Proposal will not be evaluated or scored as part of the tender process, there will be an expectation that any proposal put forward by Contractors is fulfilled. The method of delivery will be agreed with the PM/CO on award and progress on this element of the contract will be monitored. (WA Ref:114241) The buyer considers that this contract is suitable for consortia.

Reference

Domains