Section one: Contracting authority
one.1) Name and addresses
South Staffordshire
South Staffordshire
South Staffordshire
WV8 1PX
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
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
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
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
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
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
matthew.sutton@staffordshire.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Staffordshire County Council
Stafford
ST16 2DH
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
matthew.sutton@staffordshire.gov.uk
Country
United Kingdom