Tender

SCC APC Provision of Disposal Services for Residual Waste

  • Surrey County Council

F02: Contract notice

Notice identifier: 2023/S 000-003913

Procurement identifier (OCID): ocds-h6vhtk-03a403

Published 8 February 2023, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Andrew Clarke

Email

andrew.clarke@surreycc.gov.uk

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

www.surreycc.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

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