Notice Information
Notice Title
Non-Hazardous Waste Collection and Disposal and Recycling Service for Tamar Bridge and Torpoint Ferry Premises
Notice Description
The overall service requirement is ITT is for the provision of a non-hazardous "zero to landfill" waste collection, disposal and recycling service for the premises governed by the Tamar Bridge and Torpoint Ferry Joint Committee (TBTFJC). The service is to be provided at the two main operating sites, split by the River Tamar, - the Tamar Bridge, covering both Plymouth and Saltash bridge operations, and the Torpoint Ferry, covering Devonport and Torpoint ferry operations. Main Service Requirements: 1. General Waste The service will consist of the collection, removal and disposal of all non-hazardous waste materials as detailed in the specification. The Contractor will be responsible for applying the waste hierarchy once the waste has been collected, waste must not go to landfill. The Contractor will be required to collect and dispose of all non-hazardous waste in an appropriate, secure and environmentally preferable manner; this is to be provided directly by the Contractor or through collections by the relevant local authority or other reputable organisation that the supplier may contract with. In fulfillment of its statutory duty of care, TBTFJC will require the Contractor to provide full information on the methods of disposal of waste, showing clear evidence of using disposal methods which are environmentally acceptable. The Contractor will be required to provide collection point bins, containers, skips etc. that are suitably marked and signed etc. 2. Confidential Waste The Contractor will be required to ensure the secure collection, storage, removal and disposal of all confidential materials, so that at no time are these materials are out of the Contractors possession, or capable of being deciphered once disposed of. Confidential waste will need to be signed for by the nominated Contractor's staff at the point of collection, and the Contractor staff member shall further indicate on each disposal, that it has been adequately destroyed. All Contractor's staff engaged in the disposal of confidential waste must be security cleared to an appropriate level and the Contractor shall be responsible for ensuring that only those staff appropriately cleared have any access whatsoever to confidential waste and that all confidential waste is disposed of in line with current legislation. 3. Recycled Waste The Contractor will be responsible for recycling, as a minimum, paper, cardboard, glass, plastic and cans, although, the Contractor will be required to increase the percentage and range of goods that are recycled with "energy recovery" being the last disposal option by the Contractor. Landfill is not a disposal option. The Contractor will be responsible for the adequate provision of suitable receptacles for various types of recyclable waste, and will provide any additional guidelines or strategies for recycling material. Additional information: The Contractor will be responsible for the adequate provision of suitable receptacles for various types of recyclable waste, and will provide any additional guidelines or strategies for recycling material. The Contractor will be required to demonstrate, through the monthly reporting, of any new technologies/strategies for disposing of waste in an environmentally acceptable manner. The initial proposed duration of the contract will be for three years with up to two further 1 year options to extend and any such extension would be awarded on an annual basis, subject to satisfactory performance and mutual agreement on any revised terms and conditions governing the proposed extensions. Please note that access to the full specification and the electronic Request for Quotation (RFQ) document is only available via the following portal supplyingthesouthwest.org.uk where this opportunity can be found under project reference DN262569.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-43bc5abe-85a0-48c2-871b-e3ddf1333a23
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/9487e0ec-bed9-4bc2-bad9-72cc8baa69b8
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
Notice Value(s)
- Tender Value
- £100,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- £75,000 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Oct 20178 years ago
- Submission Deadline
- 22 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Oct 20178 years ago
- Contract Period
- 1 Dec 2017 - 30 Nov 2020 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORNWALL COUNCIL
- Contact Name
- Mike Shillaber
- Contact Email
- mshillaber@cornwall.gov.uk
- Contact Phone
- +44 1872322716
Buyer Location
- Locality
- TRURO
- Postcode
- TR1 3AY
- Post Town
- Truro
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK3 Cornwall and Isles of Scilly
- Small Region (ITL 3)
- TLK30 Cornwall and Isles of Scilly
- Delivery Location
- TLK South West (England)
-
- Local Authority
- Cornwall
- Electoral Ward
- Truro Boscawen & Redannick
- Westminster Constituency
- Truro and Falmouth
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/9487e0ec-bed9-4bc2-bad9-72cc8baa69b8
22nd August 2017 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-43bc5abe-85a0-48c2-871b-e3ddf1333a23-2017-10-16T16:44:40+01:00",
"date": "2017-10-16T16:44:40+01:00",
"ocid": "ocds-b5fd17-43bc5abe-85a0-48c2-871b-e3ddf1333a23",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CORNWALL001-DN262569-19105740",
"title": "Non-Hazardous Waste Collection and Disposal and Recycling Service for Tamar Bridge and Torpoint Ferry Premises",
"description": "The overall service requirement is ITT is for the provision of a non-hazardous \"zero to landfill\" waste collection, disposal and recycling service for the premises governed by the Tamar Bridge and Torpoint Ferry Joint Committee (TBTFJC). The service is to be provided at the two main operating sites, split by the River Tamar, - the Tamar Bridge, covering both Plymouth and Saltash bridge operations, and the Torpoint Ferry, covering Devonport and Torpoint ferry operations. Main Service Requirements: 1. General Waste The service will consist of the collection, removal and disposal of all non-hazardous waste materials as detailed in the specification. The Contractor will be responsible for applying the waste hierarchy once the waste has been collected, waste must not go to landfill. The Contractor will be required to collect and dispose of all non-hazardous waste in an appropriate, secure and environmentally preferable manner; this is to be provided directly by the Contractor or through collections by the relevant local authority or other reputable organisation that the supplier may contract with. In fulfillment of its statutory duty of care, TBTFJC will require the Contractor to provide full information on the methods of disposal of waste, showing clear evidence of using disposal methods which are environmentally acceptable. The Contractor will be required to provide collection point bins, containers, skips etc. that are suitably marked and signed etc. 2. Confidential Waste The Contractor will be required to ensure the secure collection, storage, removal and disposal of all confidential materials, so that at no time are these materials are out of the Contractors possession, or capable of being deciphered once disposed of. Confidential waste will need to be signed for by the nominated Contractor's staff at the point of collection, and the Contractor staff member shall further indicate on each disposal, that it has been adequately destroyed. All Contractor's staff engaged in the disposal of confidential waste must be security cleared to an appropriate level and the Contractor shall be responsible for ensuring that only those staff appropriately cleared have any access whatsoever to confidential waste and that all confidential waste is disposed of in line with current legislation. 3. Recycled Waste The Contractor will be responsible for recycling, as a minimum, paper, cardboard, glass, plastic and cans, although, the Contractor will be required to increase the percentage and range of goods that are recycled with \"energy recovery\" being the last disposal option by the Contractor. Landfill is not a disposal option. The Contractor will be responsible for the adequate provision of suitable receptacles for various types of recyclable waste, and will provide any additional guidelines or strategies for recycling material. Additional information: The Contractor will be responsible for the adequate provision of suitable receptacles for various types of recyclable waste, and will provide any additional guidelines or strategies for recycling material. The Contractor will be required to demonstrate, through the monthly reporting, of any new technologies/strategies for disposing of waste in an environmentally acceptable manner. The initial proposed duration of the contract will be for three years with up to two further 1 year options to extend and any such extension would be awarded on an annual basis, subject to satisfactory performance and mutual agreement on any revised terms and conditions governing the proposed extensions. Please note that access to the full specification and the electronic Request for Quotation (RFQ) document is only available via the following portal supplyingthesouthwest.org.uk where this opportunity can be found under project reference DN262569.",
"datePublished": "2017-08-22T09:57:02+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South West",
"countryName": "United Kingdom"
},
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-09-22T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-12-01T00:00:00Z",
"endDate": "2020-11-30T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/9487e0ec-bed9-4bc2-bad9-72cc8baa69b8",
"datePublished": "2017-08-22T09:57:02+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-50508",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"streetAddress": "County Hall, Treyew Road",
"locality": "Truro",
"postalCode": "TR1 3AY",
"countryName": "England"
},
"contactPoint": {
"name": "Mike Shillaber",
"email": "mshillaber@cornwall.gov.uk",
"telephone": "+44 1872322716"
},
"details": {
"url": "http://www.cornwall.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-70032",
"name": "Viridor Waste Management Limited",
"identifier": {
"legalName": "Viridor Waste Management Limited"
},
"address": {
"streetAddress": "Viridor House Youngman Place Priory Bridge Road Taunton Somerset TA1 1AP"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-50508",
"name": "Cornwall Council"
},
"awards": [
{
"id": "ocds-b5fd17-43bc5abe-85a0-48c2-871b-e3ddf1333a23-1",
"status": "active",
"date": "2017-10-16T00:00:00+01:00",
"datePublished": "2017-10-16T16:44:40+01:00",
"value": {
"amount": 75000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-70032",
"name": "Viridor Waste Management Limited"
}
],
"contractPeriod": {
"startDate": "2017-12-01T00:00:00Z",
"endDate": "2020-11-30T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/9487e0ec-bed9-4bc2-bad9-72cc8baa69b8",
"datePublished": "2017-10-16T16:44:40+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}