Section one: Contracting authority
one.1) Name and addresses
ESSEX COUNTY COUNCIL
COUNTY HALL
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
Materials Marketing Contract
Reference number
0919
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 materials marketing services. The successful contractor will be required to broker waste collected from across the Authorities network of recycling centres and other collection points. The contractor will be required to deliver the most economical outcome for treatment and disposal of material.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related 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. The Authority operates a network of 21 Recycling Centres for Household Waste and works with our 12 district and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure that collected material is disposed of through the most economically advantageous outlets.
The successful contractor will broker materials on ECC's behalf to obtain optimum value. The contractor will ensure that material is moved up the waste hierarchy to maximise reuse, recycling and recovery, whilst ensuring that end destinations remain compliant with relevant legislation.
The contractor may be required to broker waste collected at additional collection points as required.
The contract is for a duration of 3 years with an option to extend the term for up to a further 3 years if agreed by the Authority and otherwise provided for in the contract.
Full details of the requirements of this tender can be found in the ITT pack.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to an additional 36 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.
A Maximum of 3 bidders will be invited to submit a full tender. Bidders will be scored based on responses to SSQ, the top three scoring bidders will be invited to submit a tender in stage 2.
This is procurement is being undertaken through a competitive procedure with negotiation, however, ECC reserves the right to award based on initial tender submissions where they satisfy the contract requirements.
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
Originally published as:
Date
23 April 2021
Local time
12:00pm
Changed to:
Date
30 April 2021
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 June 2021
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)
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
Country
United Kingdom