Section one: Contracting authority
one.1) Name and addresses
North Northamptonshire Council
The Cube, George Street
CORBY
NN17 1QG
Contact
North Northamptonshire Procurement Team
procurement@northnorthants.gov.uk
Telephone
+44 3001263000
Country
United Kingdom
Region code
UKF25 - North Northamptonshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.northnorthants.gov.uk
Buyer's address
https://in-tendhost.co.uk/nnc/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/nnc/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/nnc/aspx/Home
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://in-tendhost.co.uk/nnc/aspx/Home
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
NNC - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres
Reference number
NNC00000342
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
North Northamptonshire Council (the "Authority") is seeking one or more suitably qualified and experienced suppliers to deliver the following services: (1) Treatment & Disposal of Household Waste; and (2) Operation and Management of Household Waste Recycling Centres. The scope of these services is further detailed in the procurement documents made available on publication of this notice and in the Lot specific descriptions further below.
Bidders should note that the scope of the services may change during the life of the eventual contracts(s). Where the nature of any change is known at this time then the Authority has detailed this in the procurement documents.
This procurement is being undertaken using a competitive dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 and the Authority's own Contract Procedure Rules.
The procurement is divided into three (3) Lots as follows:
Lot 1: Treatment & Disposal of Residual Waste ("Residual Service");
Lot 2: Operation and Management of Household Waste Recycling Centres ("HWRC Service"); and
Lot 3 - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres.
The Authority intends to award a separate contract for each of the Residual Service and the HWRC Service even if the same supplier is selected for Both Services.
Lot 3 has been included as an optional Lot not to provide a combined service under a single contract but to enable a bidder bidding for both Lots to identify the financial saving or discount that would apply should they be appointed as the contractor for both services.
Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.
Bidders may submit for either or both of Lot 1 and Lot 2. A bidder may only submit for Lot 3 where they have submitted for both Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.
Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded then Lots 1 and 2 will not be awarded (and vice versa).
The Authority will apply the selection criteria outlined in the procurement documents to limit the number of bidders taken through to the dialogue stage as further detailed below and in the procurement documents.
The Authority does not intend to reduce the number of bidders down during the dialogue stage by apply the award criteria.
All estimated values referred to in this notice exclude VAT and indexation.
two.1.5) Estimated total value
Value excluding VAT: £255,000,000
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
Treatment and Disposal of Residual Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKF25 - North Northamptonshire
Main site or place of performance
North Northamptonshire
two.2.4) Description of the procurement
The Authority is seeking a suitably qualified and experienced supplier to provide services for the Treatment & Disposal of Residual Waste, in line with the requirements of the contract and detailed specification. In scope services comprise the acceptance and disposal of all contract waste (as defined in the contract) including any recycling, composting, processing, treatment, recovery and disposal of any residues therefrom.
The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.
The contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.
The value of this Lot has been calculated using an estimate average annual spend across the full term of £14,424,200 but this should not be taken as the budget figure for contract year 1.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £216,363,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
The Authority intends to invite six (6) potential suppliers to the dialogue stage. The potential suppliers invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring potential suppliers in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than six (6) potential suppliers being taken forward - and in the event that there are fewer than six (6) potential suppliers meeting the Authority's requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As noted above, the Authority will have break options
two.2.14) Additional information
This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.
two.2) Description
two.2.1) Title
Operation and Management of Household Waste Recycling Centres
Lot No
2
two.2.2) Additional CPV code(s)
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 90530000 - Operation of a refuse site
two.2.3) Place of performance
NUTS codes
- UKF25 - North Northamptonshire
Main site or place of performance
North Northamptonshire
two.2.4) Description of the procurement
The Authority is seeking a suitably qualified and experienced supplier to provide services for the Operation and Management of Household Waste Recycling Centres ("HWRCs") in North Northamptonshire, in line with the requirements of the contract and detailed specification. In scope services comprise the management, storage, segregation, sale, removal and transportation of all contract waste arising from the provision of the service (including interaction with the Authority's residual waste contract) maximising opportunities to move waste up the Waste Hierarchy.
There are currently four HWRCs in North Northamptonshire and further detail can be found in the procurement documents.
No guarantee is given on tonnage or composition.
The contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.
The value of this Lot has been calculated using an estimate average annual spend across the full term of £2,575,800 but this should not be taken as the budget figure for contract year 1.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £38,637,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The Authority intends to invite four (4) potential suppliers to the dialogue stage. The potential suppliers invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring potential suppliers in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than four (4) potential suppliers being taken forward - and in the event that there are fewer than four (4) potential suppliers meeting the Authority's requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As noted above, the Authority will have break options
two.2.14) Additional information
This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.
two.2) Description
two.2.1) Title
Treatment & Disposal of Residual Waste AND Operation & Management of Household Waste Recycling Centres
Lot No
3
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90530000 - Operation of a refuse site
two.2.3) Place of performance
NUTS codes
- UKF25 - North Northamptonshire
Main site or place of performance
North Northamptonshire
two.2.4) Description of the procurement
The Authority intends to award a separate contract for each of the Residual Service and the HWRC Service even if the same supplier is selected for both services.
Lot 3 has been included as an optional Lot not to provide a combined service under a single contract but to enable a bidder bidding for both Lot 1 and 2 to identify the financial saving or discount that would apply should they be appointed as the contractor for both services.
The scope of the services procured under Lot 3 is the same as Lot 1 and Lot 2 as further detailed in the procurement documents.
For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.
A bidder may only submit for Lot 3 where they have submitted for both Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.
Each contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.
The value of this Lot has been calculated using an estimate average annual spend across the full term of £17 million for both contract (being the sum of the amounts for Lot 1 and Lot 2) but this should not be taken as the budget figure for contract year 1.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £255,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The Authority intends to invite only potential bidders who have qualified for both Lot 1 and Lot 2 and who have also submitted a Lot 3 request to participate to the dialogue stage for Lot 3. Lot 3 potential bidders will pre-qualify for this Lot 3 on the basis that they have pre-qualified for each of Lot 1 and Lot 2. The SQ further details the rules that will apply here. These may result in more than four (4) potential bidders being taken forward where this is the outcome of Lot 1 and Lot 2 shortlisting and as a result of any consortium or joint venture proposals.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As noted above, the Authority will have break options under each contract
two.2.14) Additional information
This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.
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
The successful Supplier(s) must retain appropriate permits or relevant exemptions for their facility and operations throughout the Contract term.
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 contract must be delivered in accordance with the standards set out in the procurement document suite, particularly the Specification, all supporting documents (i.e., annexes, schedules, etc.) and the terms & conditions.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
26 July 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 August 2024
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between eighteen (18) and twenty-four (24) months prior to the Contract End Date (subject to any extension options taken).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
North Northamptonshire Council will incorporate a minimum 10 (ten) calendar days standstill period at the point of notification of the decision to award the Contract. The decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a Supplier did not meet any specification, the identity of the successful Supplier(s) and a precise statement of when the standstill period is expected to end.
The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge - usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.