Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 4

Status Active

Published 8th Mar 2024

Tender Details
Referenceocds-h6vhtk-04470a
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£1,139,000,000
More Tenders »

East of England

Category Services

Type

No. of Lots 4

Status Active

Published 8th Mar 2024

Tender Details
Referenceocds-h6vhtk-04470a
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£1,139,000,000

Section I: Contracting authority

I.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Emma Whitten

Email

emma.whitten [at] essex.gov.uk

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=3cb68a1c-8ff4-ed11-8122-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=3cb68a1c-8ff4-ed11-8122-005056b64545

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

1014 Medium-Term Residual Waste Treatment Contract

Reference number

DN670558

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

Essex County Council (ECC) are seeking to procure residual waste treatment services for

Contract Waste delivered to the Contractor by the Authority and/or its Approved Suppliers.

The Service requirements will be divided into four separate contract Lots as follows:

Lot 1: WCA Residual Waste - 175,000 tonnes per annum

Lot 2: WCA Residual Waste - 80,000 tonnes per annum

Lot 3: WCA Residual Waste - 40,000 tonnes per annum

Lot 4: Bulky Waste - 42,000 tonnes per annum

II.1.5) Estimated total value

Value excluding VAT: £1,139,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1: WCA Residual Waste – 175,000 Tonnes Per Annum

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKH - East of England

II.2.4) Description of the procurement

ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.

The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the lot tonnage.

The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded lot tonnages each Contract year.

The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

Full details of the requirements can be found in the tender pack on ProContract.

II.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 55

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

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

II.2) Description

II.2.1) Title

Lot 2 WCA Residual Waste – 80,000 Tonnes Per Annum

Lot No

2

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKH - East of England

II.2.4) Description of the procurement

ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.

The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.

The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.

The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

Full details of the requirements can be found in the tender pack on ProContract.

II.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 55

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

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

II.2) Description

II.2.1) Title

Lot 3 WCA Residual Waste – 40,000 Tonnes Per Annum

Lot No

3

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKH - East of England

II.2.4) Description of the procurement

ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.

The Contractor will be paid a monthl;y base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.

The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.

The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

Full details of the requirements can be found in the tender pack on ProContract.

II.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 55

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

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

II.2) Description

II.2.1) Title

Lot 4: Bulky Waste - 42,000 tonnes per annum

Lot No

4

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

II.2.3) Place of performance

NUTS codes
  • UKH - East of England

II.2.4) Description of the procurement

ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.

The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 70% of the Lot tonnage.

The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.

The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

Full details of the requirements can be found in the tender pack on ProContract.

II.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 55

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

9 April 2024

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

8 March 2024

Local time

3:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

ECC considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The estimated total value set out under II.1.5 of this contract notice is the total estimated contract value of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.

For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with ECC relating to this procurement exercise must be via the portal's messaging system.

Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/

It is recommended that any bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity.

ECC reserves the right to amend timescales for any reason and change the evaluation criteria where necessary for example if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.

ECC is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. ECC shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relations to the information provided by a supplier. However, if the information is requested, ECC may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom