Opportunity

IA2180 - FRAMEWORK FOR THE PROCESSING OF DRY RECYCLING MATERIALS

  • South Staffordshire
  • Newcastle-under-Lyme Borough Council
  • East Staffordshire Borouch Council
  • Lichfield District Council (East) and Tamworth Borough Council
  • Lichfield District Council (West)
Show 1 more buyer Show fewer buyers
  • Cannock Chase District Council

F02: Contract notice

Notice reference: 2021/S 000-000278

Published 7 January 2021, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

South Staffordshire

South Staffordshire

South Staffordshire

WV8 1PX

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.1) Name and addresses

Newcastle-under-Lyme Borough Council

Newcastle-under-Lyme

ST5 2AG

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.1) Name and addresses

East Staffordshire Borouch Council

Burton upon Trent

DE14 1LS

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.1) Name and addresses

Lichfield District Council (East) and Tamworth Borough Council

Lichfield

B79 7BZ

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.1) Name and addresses

Lichfield District Council (West)

Lichfield

WS13 6YY

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.1) Name and addresses

Cannock Chase District Council

Cannock

WS11 1BG

Email

kay.buck@eaststaffsbc.gov.uk

Country

United Kingdom

NUTS code

UKG - WEST MIDLANDS (ENGLAND)

Internet address(es)

Main address

http://www.staffordshirewastepartnership.org

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login#

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login#

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login#

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

IA2180 - FRAMEWORK FOR THE PROCESSING OF DRY RECYCLING MATERIALS

Reference number

IA2180

two.1.2) Main CPV code

  • 90513100 - Household-refuse disposal services

two.1.3) Type of contract

Services

two.1.4) Short description

Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Following the evaluation, there will be 2 winning bids per lot; one for the current service and one for a dual stream service with fibre separate (except NuLBC who already have a dual stream fibre separate service, so here there will be only 1 winning bid). The winner of the current service option, and the winner of the dual stream fibre separate option will not go head to head in a procurement assessment. The decision of which service the Council, as a Waste Collection Authority, will have moving forward will be based on the outcome of the procurement plus other factors that fall outside of this process. This will include transitional costs occurred in making a change to the current collection methodology. Suppliers should also be aware that each Council is required to obtain approval from its respective Cabinet prior to contract award.

The Council/s / Authorities reserves the right not to award the contract at all to any of the winning bids.

two.2) Description

two.2.1) Title

East Staffordshire Borouch Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

East Staffordshire Borouch Council

two.2.4) Description of the procurement

The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lichfield District Council (East) and Tamworth Borough Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Lichfield District Council (East) and Tamworth Borough Council

two.2.4) Description of the procurement

he provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing

5 / 10

(Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lichfield District Council (West)

Lot No

3

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Lichfield

two.2.4) Description of the procurement

Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Cannock Chase District Council

Lot No

4

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Cannock Chase District Council

two.2.4) Description of the procurement

Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

South Staffordshire Council

Lot No

5

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

South Staffordshire

two.2.4) Description of the procurement

Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Newcastle-under-Lyme Borough Council

Lot No

6

two.2.2) Additional CPV code(s)

  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Newcastle-under-Lyme

two.2.4) Description of the procurement

The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),

The transfer of the Sorted Output Materials to suitable Outlets.

The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,

The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),

Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated 2016.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender documents and specification

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Framework Agreement is not exclusive, and the Authorities makes no guarantee as to the volume of business on offer or to be awarded

As per tender documents, specification and terms and conditions


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 February 2021

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 February 2021

Local time

12:00pm

Place

Staffordshire Commercial, Staffordshire Place, Stafford

Information about authorised persons and opening procedure

Authorized opening officer.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Stafford

ST16 2DH

Email

matthew.sutton@staffordshire.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Staffordshire County Council

Stafford

ST16 2DH

Email

matthew.sutton@staffordshire.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision process will specify the criteria for the award of the contract/frameworkagreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender(s), and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract / framework agreement. If an appeal regarding the award of a contract / framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. 6 / 6 If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.

six.4.4) Service from which information about the review procedure may be obtained

Staffordshire County Council

Stafford

Email

matthew.sutton@staffordshire.gov.uk

Country

United Kingdom