Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
UK
Contact person: Mr Vinnie Webb
Telephone: +44 1634332284
E-mail: vincent.webb@medway.gov.uk
NUTS: UKJ41
Internet address(es)
Main address: http://www.medway.gov.uk/
Address of the buyer profile: http://www.medway.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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
THE COLLECTION AND DISPOSAL OF RESIDUAL WASTE AND RECYCLING FROM EDUCATION & CORPORATE ESTABLISHMENTS
Reference number: DN727647
II.1.2) Main CPV code
90700000
II.1.3) Type of contract
Services
II.1.4) Short description
Medway Council is establishing a single supplier framework for the collection disposal of waste. The current waste collection service for educational establishments across Medway ends on the 31 October 2024. The volume of waste produced by Education Establishments covered under the Contract may vary significantly from each establishment and at different times of the year.
Education establishments comprise Infants, Junior, Primary and Secondary schools. The service consists of the collection, transfer and disposal of Residual Waste from these establishments as well as any other corporate facility as appropriate and the collection, transfer and processing of Recyclable Materials at the Contractor’s nominated facilities.
Following the consultation with all educational establishments in the existing contract, a list of the establishments together with their addresses and current day of collection will be submitted as part of the tender submission. Details of the current type(s), number(s) and size(s) of containers in use at each Education Establishment is provided in Schedule 3 Site Collection Plan. The successful contractor will be advised that each of these factors might vary during the period of the Contract including the number of Education Establishments which might change because of closure, merger or be additional to the current complement.
The volume of waste produced by education establishments covered under the Contract may vary significantly from each establishment and at different times of the year. The Contractor shall take account of these variations and allow for them in his tender submission.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ41
II.2.4) Description of the procurement
Medway Council is establishing a single supplier framework for the collection disposal of waste.
The current waste collection service for educational establishments across Medway ends on the 31 October 2024. The volume of waste produced by Education Establishments covered under the Contract may vary significantly from each establishment and at different times of the year.
Education establishments comprise Infants, Junior, Primary and Secondary schools. The service consists of the collection, transfer and disposal of Residual Waste from these establishments as well as any other corporate facility as appropriate and the collection, transfer and processing of Recyclable Materials at the Contractor’s nominated facilities.
Following the consultation with all educational establishments in the existing contract, a list of the establishments together with their addresses and current day of collection will be submitted as part of the tender submission. Details of the current type(s), number(s) and size(s) of containers in use at each Education Establishment is provided in Schedule 3 Site Collection Plan. The successful contractor will be advised that each of these factors might vary during the period of the Contract including the number of Education Establishments which might change because of closure, merger or be additional to the current complement.
The volume of waste produced by education establishments covered under the Contract may vary significantly from each establishment and at different times of the year. The Contractor shall take account of these variations and allow for them in his tender submission.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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 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 with a single operator.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about 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:
10/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/07/2024
Local time: 12:05
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Mr Vinnie Webb
Chatham
UK
VI.5) Date of dispatch of this notice
10/06/2024