Ausschreibungen u. Aufträge: Betrieb einer Mülldeponie - UK-Mold
Betrieb einer Mülldeponie.
Dokument Nr...................: 148116-2004
Veröffentlicht................: 03.09.2004
*
VERGABEBEKANNTMACHUNG
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Flintshire County Council, County Hall, UK-Mold CH7 6NB, Flintshire.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 90123000.
Beschreibung: Betrieb einer Mülldeponie.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 7.10.2004. Uhrzeit: 12:00.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Flintshire
County Council, County Hall, UK-Mold CH7 6NB, Flintshire.
I.4) Address to which tenders/requests to participate must be sent:
Flintshire County Council, Environmental Services, Att: Mr. H. Mitchell,
County Depot, Chester Road East, UK-Queensferry CH5 1TD.
I.5) Type of contracting authority: Other.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.6) Description/object of the contract: The provision of the
following services is required:;
operate and manage 8 civic amenity sites;
operate and manage 1 composting site;
operate and manage 1 trade/bulky waste Materials Reclamation
Facility/transfer station;
supply, maintain and replace site containers;
supply, maintain and operate all plant and equipment necessary to;
operate and manage the sites;
supply all transport necessary to support the operation and management of
the sites;
manage reporting systems, review procedures etc.;
marketing of recyclable waste and waste derived compost.
In addition, provide and implement innovative solutions for:
reducing the amount of waste sent to landfill, particularly biodegradable
municipal waste;
increasing the amount of waste recycled via the sites;
increasing the amount of green waste composted;
reducing operational environmental impact, particularly transport-related
impacts;
improving customer satisfaction;
creating a uniform service identity.
II.1.7) Site or location of works, place of delivery or performance:
Flintshire, UK-Wales.
II.1.8) Nomenclature
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: A performance bond and/or
parent-company guarantee may be required.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: Joint
and several liability for the due performance of the contract.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: All applicants will be required to be
complete a pre-qualification questionnaire. Expressions of interest
should be made in writing to the address at 10(c) above requesting the
pre-qualification questionnaire. The return data will be two weeks after
the final date for receipt of requests to participate.
Tenderers will be selected based on their legal, financial and technical
capacity evaluated from the returned pre-qualification questionnaire in
accordance with Articles 29 to 35 of Council Directive 92/50/EEC.
Evaluation will consist of a preliminary evaluation using threshold
criteria and a second more detailed evaluation. Applicants failing to
meet the preliminary threshold criteria will not proceed to the second
stage of the evaluation process.
Further details of the evaluation procedure will be included in the
pre-qualification questionnaire, which will also include an Memorandum of
Information, outlining the purpose of the procurement, the current
service, the future service and the procurement timetable.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: Yes.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Number: 5.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: price;
2: quality.
In descending order of priority: Yes.
IV.3) Administrative information
IV.3.3) Time-limit for receipt of tenders or requests to participate:
7.10.2004. Time: 12:00.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:
Not applicable.
SECTION VI: OTHER INFORMATION
VI.4) Additional information: III.3.2) Will legal entities be required
to state the names and professional qualifications of the personnel
responsible for execution of the contract: the successful tenderer must
disclose the names and professional qualifications of managerial and
supervisory staff.
II.3) Duration of the contract or time limit for completion: 38 months
commencing 1.4.2005.
IV.3.4) Dispatch of invitations to tender to selected candidates: it is
anticipated that tenders will be despatched on 8.11.2004.
VI.5) Date of dispatch of this notice: 27.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de