SC19002 Waste Transfer Services Dover and Folkestone & Hythe
Main contract details
Waste Transfer Sites must be conveniently located to receive the waste collected by one or more of the above named WCAs (e.g. within, or within a reasonable distance from, the boundary of the relevant WCA for fully laden Refuse Collection Vehicles taking the most appropriate route).
Waste transfer services will include the following services: (a) the reception of waste (i.e. allowing the off-loading of waste by Refuse Collection Vehicles and other waste collection vehicles); and (b) the haulage of waste to waste processing/disposal sites.
A detailed specification for these services is currently under development. The requirements are likely to include the following requirements (full details which may differ to be confirmed in the ITT): (a)Waste transfer sites must have all the valid and appropriate planning permission, environmental and other relevant permits including the relevant technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required to deliver the required services; (b) Vehicle drivers will need to be suitably qualified and carry-out their duties to British and European (or equivalent) Community transport legislation; (c) The Provider will need to be a registered carrier of waste as per SI No. 1624 (1991) Environmental Protection: The Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991 or any successor legislation; (d) Drivers and plant operators (including temporary/agency staff) will need to be in possession of a relevant Certificate of Training awarded by the Construction Industry Training Board or other similar/equivalent approved training scheme for the operation of all service vehicles and plant and/or equipment used to deliver the required Services; (e) Vehicle operators will need to have a full and valid Goods Vehicle Operator Licence and also a full and valid Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991 Certificate; (f) Waste transfer sites must be open to receive waste Monday - Saturday, including Public and Bank Holidays in England & Wales (the only exception being Christmas Day & Boxing Day unless otherwise agreed by KCC); (g) Waste transfer sites must be able to receive the following types of waste from the service commencement date: (i) Residual Waste; (ii) Bulky Waste (including occasional fly tipping); (iii) Highways Mechanical Sweepings (HMA); and (iv) Street Litter Arisings (including occasional beach arisings); and (h) Waste transfer sites must be able to receive the following types of waste from 16 January 2021: (i) Food Waste; (ii) Paper & Card; and (iii) Dry Mixed Recyclables (i.e. co-mingle of glass, cans, and plastics). KCC will also reserve the right to modify the contract to include the transfer of Green Waste if required.
Tenderers will also be given the opportunity to offer to deliver waste disposal services on behalf of KCC relating to specific waste materials received through delivering the required waste transfer services. This will be an optional service and KCC reserves the right not to accept offers relating to optional waste disposal services.
All organisations that register an interest in this opportunity via the Kent Business Portal will automatically be invited to tender. KCC anticipates publishing the Invitation to Tender (ITT) on 6 March 2020 (subject to change). The ITT will contain both selection and award criteria.
Bidders will be required to pass pass/fail selection criteria regarding their organisation's economic and financial standing, insurance, environmental management, health and safety, and technical and professional ability (including meeting technical minimum requirements), as well as the standard exclusion grounds. Any Tenderers that do not pass selection criteria will not be evaluated against the award criteria. The ‘quality’ element of each Tender will be scored based on a total weighted quality score out of 100%. KCC will set Minimum Quality Threshold (MQT) for the ‘quality’ element of the Tender. The Bidder whose Tender meets the MQT, and who submits Contract Prices that result in the Lowest ‘Notional Tender Value’ (NTV), will be the bidder with the Most Economically Advantageous Tender (MEAT) and be ranked first and will become the KCC’s Preferred Supplier. KCC will reserve the right to exclude bidders from the procurement process that fail to score the MQT for quality. Details regarding sub-award criteria will be set out in the ITT documentation, including: (a) how quality criteria and sub-criteria will be scored and weighted; (b) what the Minimum Quality Threshold will be; and (c) how the NTV will be calculated (e.g. cost assumptions).
Key dates
Expression of interest window
From 29/01/2020 17:30 to 27/02/2020 12:00
New to ProContract?
If you are not currently registered on the ProContract procurement portal, you can complete a simple registration process by clicking the following link - Register free
Contact details
Maidstone
Kent
ME14 1XQ
United Kingdom