Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Catherine Martin
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
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