Notice Information
Notice Title
Waste Collection Services - South Gloucestershire Council
Notice Description
The Council's current contract for waste collection and disposal services expires in July 2025 and the new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments. The Council requires collection waste services for up to c.100,000 tonnes per annum of municipal and other wastes within the Council's administrative area, including refuse (household), recycling, food, and garden (green) waste. The estimated value of this opportunity is circa PS15,000,000.00 per annum, plus VAT. The contract will be for the provision of Waste Collection Services, as described in the Services Specification, including collection of a range of materials and delivery to Nominated Delivery Points specified by the Authority.
Lot Information
Lot 1
The Authority's process for the Procurement is expected to be as follows: Stage 1: Publication of Contract Notice on Monday 16 October 2023 with concurrent release of Selection Questionnaire (SQ), Invitation to Submit Initial Tender (ISIT) and associated Tender Documents; Stage 2: Evaluation of SQ Responses - it is anticipated that up to five (5) Tenderers will be shortlisted to submit Initial Tenders; Stage 3: Evaluation of Initial Tenders to shortlist Tenderers to participate in Negotiation. The evaluation of Initial Tenders will comprise a compliance check to ensure that Initial Tenders are complete, an evaluation of the quality of submitted Method Statements, and a Price Assessment, to ensure that each Tenderer has achieved minimum scoring thresholds. Stage 4: Negotiation. The Authority will issue an Invitation to Negotiate (ITN) to the Tenderers identified in Stage 3 and engage in Negotiation until it is satisfied that it has agreed solutions which are capable of meeting its needs. At this point, the Authority will notify the Tenderers of closure of Negotiation and issue an Invitation to Submit Final Tenders (ISFT); and Stage 5: Evaluation of Final Tenders, Preferred Bidder Stage and Award of Contract. The Authority will evaluate the Final Tenders in accordance with the ISFT document and will award the Contract to the highest-ranking Tenderer.
Renewal: The new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040c4c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030446-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90000000 - Sewage, refuse, cleaning and environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Oct 20232 years ago
- Submission Deadline
- 16 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH GLOUCESTERSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- YATE
- Postcode
- BS37 7PN
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLK12 Bath and North East Somerset, North Somerset and South Gloucestershire
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Frampton Cotterell
- Westminster Constituency
- Thornbury and Yate
Further Information
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-h6vhtk-040c4c-2023-10-16T13:18:39+01:00",
"date": "2023-10-16T13:18:39+01:00",
"ocid": "ocds-h6vhtk-040c4c",
"initiationType": "tender",
"tender": {
"id": "DN691793",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Waste Collection Services - South Gloucestershire Council",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
"mainProcurementCategory": "services",
"description": "The Council's current contract for waste collection and disposal services expires in July 2025 and the new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments. The Council requires collection waste services for up to c.100,000 tonnes per annum of municipal and other wastes within the Council's administrative area, including refuse (household), recycling, food, and garden (green) waste. The estimated value of this opportunity is circa PS15,000,000.00 per annum, plus VAT. The contract will be for the provision of Waste Collection Services, as described in the Services Specification, including collection of a range of materials and delivery to Nominated Delivery Points specified by the Authority.",
"lots": [
{
"id": "1",
"description": "The Authority's process for the Procurement is expected to be as follows: Stage 1: Publication of Contract Notice on Monday 16 October 2023 with concurrent release of Selection Questionnaire (SQ), Invitation to Submit Initial Tender (ISIT) and associated Tender Documents; Stage 2: Evaluation of SQ Responses - it is anticipated that up to five (5) Tenderers will be shortlisted to submit Initial Tenders; Stage 3: Evaluation of Initial Tenders to shortlist Tenderers to participate in Negotiation. The evaluation of Initial Tenders will comprise a compliance check to ensure that Initial Tenders are complete, an evaluation of the quality of submitted Method Statements, and a Price Assessment, to ensure that each Tenderer has achieved minimum scoring thresholds. Stage 4: Negotiation. The Authority will issue an Invitation to Negotiate (ITN) to the Tenderers identified in Stage 3 and engage in Negotiation until it is satisfied that it has agreed solutions which are capable of meeting its needs. At this point, the Authority will notify the Tenderers of closure of Negotiation and issue an Invitation to Submit Final Tenders (ISFT); and Stage 5: Evaluation of Final Tenders, Preferred Bidder Stage and Award of Contract. The Authority will evaluate the Final Tenders in accordance with the ISFT document and will award the Contract to the highest-ranking Tenderer.",
"awardCriteria": {
"criteria": [
{
"name": "Tier 1 - Quality",
"type": "quality",
"description": "60"
},
{
"name": "Tier 1 - Price",
"type": "cost",
"description": "35"
},
{
"name": "Tier 1 - Commercial",
"type": "cost",
"description": "5"
}
]
},
"contractPeriod": {
"endDate": "2033-07-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The new Agreement will be for an initial period of eight (8) years with an option to extend up to a further period of eight (8) years, in two four (4) year increments."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK12"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-11-16T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-1512",
"name": "South Gloucestershire Council",
"identifier": {
"legalName": "South Gloucestershire Council"
},
"address": {
"streetAddress": "Broad Lane, Engine Common Lane",
"locality": "Yate",
"region": "UKK12",
"postalCode": "BS37 7PN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr David Wigram",
"telephone": "+44 1454863978",
"email": "david.wigram@southglos.gov.uk",
"url": "https://procontract.due-north.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.southglos.gov.uk",
"buyerProfile": "https://www.southglos.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-88",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1512",
"name": "South Gloucestershire Council"
},
"language": "en"
}