Opportunity

Bulk Waste Haulage Services Contract

  • Essex County Council

F02: Contract notice

Notice reference: 2021/S 000-002833

Published 11 February 2021, 5:04pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Catherine Martin

Email

Catherine.Martin@essex.gov.uk

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

www.essex.gov.uk

one.3) Communication

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

https://supplierlive.proactisp2p.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/

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

Bulk Waste Haulage Services Contract

Reference number

0918

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

ECC is seeking to award a contract for the provision of waste haulage services. The successful contractor will be required to transport waste from ECC's waste transfer station network within Essex, and other locations as required, to delivery points as directed.

two.1.5) Estimated total value

Value excluding VAT: £26,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90512000 - Refuse transport services

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND

two.2.4) Description of the procurement

ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 700,000 tonnes of varying types of household waste per annum. This contract is being procured to ensure that waste is transported to various treatment and disposal points in the most cost-efficient manner.

The successful contractor will be responsible for ensuring that sufficient waste is removed from the Authority's network of 5 transfer stations on a daily basis so that stock levels remain within operational and permitted limits. The contractor will provide sufficient equipment to meet the Authority's requirements and may provide equipment on a rental basis as required. The contractor may also be required to transport waste from other collection points as required.

The contract is for a duration of 4 years with an option to extend the term for up to a further 4 years if agreed by the Authority and otherwise provided for in the contract.

Delivery points will include a range of treatment or disposal facilities including landfill sites. Waste types to be transported may include all types of local authority collected wastes including biowastes.

Full details of the requirements of this tender can be found in the ITT pack.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 65

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Up to an additional 48 months contract extension, exercisable at the Authority's discretion and in such increments as the Authority deems necessary or as otherwise provided for in the contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Mandatory to complete all sections of the SSQ - failure to pass any pass/fail questions will result in immediate rejection of the bid.

Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance


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

In accordance with the Public Contracts Regulations 2015 and as set out in the selection questionnaire which is available with the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with the public contracts regulations 2015 and as set out in the selection questionnaire which is available with the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with the Public Contracts Regulations 2015 and as set out in the selection questionnaire which is available with the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 160-391193

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

Date

9 April 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 April 2021

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders are required to accept the terms of the draft contract issued with the tender - see the Bidder Guidance document issued with the tender documents for guidance on and requirements in relation to raising clarifications during the tender process.

Any selection of the successful tenderer will be based solely on the criteria set out for the procurement. For this tender ECC will be using the Proactis e-sourcing portal https://supplierlive.proactisp2p.com/ Please refer to the information available in the downloadable Bidder Guidance

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court Of Justice The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom