Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Andrew Clarke
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
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
SCC APC Provision of Disposal Services for Residual Waste
Reference number
RFX1000291
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Residual Waste Treatment service is part of the Re-thinking Waste strategy.
Surrey County Council is responsible for the disposal of this waste which presently comprises ~200,000 tonnes per annum. The household residual waste volumes is anticipated to remain largely consistent, despite population growth, due to forthcoming legislation and initiatives within the waste market, such as Extended Producer Responsibility and Deposit Return Scheme.
The key requirements of the required Services will include:
The receipt of Contract Waste delivered by the SCC via separate haulage arrangements;
The provision of a Facility or Facilities to ensure consistent Service delivery, of which at least an initial Facility must be situated in the UK;
The Treatment of Contract Waste via Thermal Technology to Recover energy to the greatest extent possible;
To divert a minimum of 95% of Contract Waste by weight from Landfill in each Contract Year and to exceed this target where possible;
To provide SCC with information relating to the Treatment of Contract Waste in the form of reports; and To ensure Business Continuity for the Services.
two.1.5) Estimated total value
Value excluding VAT: £260,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Disposal of Residual Waste - 20,000 tonnes per annum
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The County of Surrey
two.2.4) Description of the procurement
Lot 1 is for the Disposal of Residual Waste - 20,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Carbon / Weighting: 5
Cost criterion - Name: Financial / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
This contract will be reviewed prior to retendering.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Disposal of Residual Waste - 20,000 tonnes per annum
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The County of Surrey
two.2.4) Description of the procurement
Lot 2 is for the Disposal of Residual Waste - 20,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Carbon / Weighting: 5
Cost criterion - Name: Financial / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
This contract will be reviewed prior to retendering.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The County of Surrey
two.2.4) Description of the procurement
Lot 3 is for the Disposal of Residual Waste - 40,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Carbon / Weighting: 5
Cost criterion - Name: Financial / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
This contract will be reviewed prior to retendering.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
4
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The County of Surrey
two.2.4) Description of the procurement
Lot 4 is for the Disposal of Residual Waste - 70,000 tonnes per annum.
The Council will provide a Guaranteed Minimum Tonnage (GMT) for each Lot calculated to reflect 80% of expected Contract Waste for the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Carbon / Weighting: 5
Cost criterion - Name: Financial / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
This contract will be reviewed prior to retendering.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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 appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
10 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The Potal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079477882
Country
United Kingdom