Opportunity

Contract for Waste Collection, HWRC and Material Management and Street Cleansing Services

  • Southend-on-Sea City Council

F02: Contract notice

Notice reference: 2023/S 000-006920

Published 9 March 2023, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea City Council

Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6ER

Contact

Mr Anton Bull

Email

antonbull@southend.gov.uk

Telephone

+44 1702215000

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procurement.southend.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.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

Contract for Waste Collection, HWRC and Material Management and Street Cleansing Services

Reference number

DN655255

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

Southend-on-Sea City Council ("The Authority") is seeking expressions of interest from suitably qualified and experienced organisations for the provision of waste, recycling and environmental services in the Southend-on-Sea City Administrative Area.

The services under the contract will include collection of waste and recycling; operation of a waste transfer station; haulage of residual and bulky waste to treatment/disposal sites; operation of household waste and recycling centres; managing materials collected at the kerbside, household waste and recycling centres and fly tipping including sale or disposal for recycling and/or treatment; and street cleansing.

The Authority is conducting this procurement through the competitive dialogue procedure in accordance with the Public Contracts Regulations 2015 (as amended) and its needs and requirements for the contract are included in the procurement documents published with this notice.

Interested applicants are directed to Sections II.2.4 and V.1.3 below for further details in relation to the Contract, including information about depots, vehicles, length of contract, Anticipated Changes etc.

two.1.5) Estimated total value

Value excluding VAT: £310,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 90510000 - Refuse disposal and treatment
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services
  • 90533000 - Waste-tip management services
  • 90610000 - Street-cleaning and sweeping services
  • 90680000 - Beach cleaning services
  • 90690000 - Graffiti removal services

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Southend-on-Sea City Council ("The Authority") is a unitary council with responsibility for both waste collection and disposal.

This contract is for the following services

1) Collection of waste and recycling

a. Household Residual Waste collection;

b. Household Dry Recycling collection;

c. Household Food Waste collection;

d. Household Garden Waste collection (chargeable service);

e. Household Bulky Waste collection;

f. Household Textiles collection;

g. Household Small Electrical Appliances collection;

h. Other non-domestic Waste and Recycling collection;

i. Commercial Waste and Dry Recycling collection;

j. Clinical Waste.

2) Operation of a waste transfer station

3) Operation of household waste and recycling centres

4) Managing materials

a. Collected at the kerbside;

b. HWRCs;

c. Fly tipping; and

d. Sale or disposal for recycling and/or treatment.

5) Street cleansing:-

a. Litter and Detritus cleansing;

b. Jet Washing;

c. Bus shelters;

d. Washing footpaths, alleyways, underpasses etc.;

e. Weed control;

f. Beaches and foreshores;

g. Graffiti and fly-posting removal;

h. Removal of fly-tipped materials and abandoned Waste;

i. Hazardous Waste and chemical spills;

j. Litter bins;

k. Removal of seasonal fall;

l. Shopping and other trolleys;

m. Removal of dead animals;

n. Rapid response and road traffic accidents;

o. Special events;

p. Removal of litter from lakes etc.;

q. Deep cleansing/ chewing gum removal;

r. Erection of signs.

6) Other Services:

a. Management of Waste;

b. Haulage of residual and bulky waste to treatment/disposal sites;

c. Asset management;

d. Contingency arrangements.

The Contractor may also be required to make the following Anticipated Changes to the Services (but the Authority does not commit to introducing any such changes):

(a) Public Toilet Cleansing

(b) Free Garden Waste Collections

(c) Food Waste Collections for flats above shops

(d) Roll out of containers for weekly household waste collections

The procurement documents provide further information about these elements of the services.

The Authority is seeking a single contract to provide integrated services as described in Section II.1.4 (Short Description). The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Authority's needs and requirements for the contract are included in the procurement documents published with this notice. This procurement is undertaken pursuant to the competitive dialogue procedure using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://procontract.due-north.com

Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to select all economic operators who 'pass' all the questions in the SQ to progress from the SQ stage to the invitation to participate in dialogue and submit detailed solution stage provided there are sufficient economic operators that submit and pass the SQ stage. The Authority will conduct dialogue throughout the process with those bidders selected from the SQ stage.

Following initial dialogue meeting(s), bidders will be required to submit their detailed solutions. The Authority intends to invite bidders to submit two waste collection service delivery options as part of its detailed solution. Further information is provided on these service delivery options in the procurement documents.

Following evaluation of detailed solutions the Authority will invite all the selected bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders will be invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender. The Authority reserves the right to add stages or revise this process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of up to 8 years, with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 12 years.

Therefore if all extensions were taken, then the full contract duration shall be 20 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of up to 8 years, with the option to extend by a period or succession of consecutive periods (each to be no less than a year in duration) up to a further 12 years.

Therefore, if all extensions were taken, then the full contract duration shall be 20 years.

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 particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (made available in draft with the procurement documents published with this contract notice).


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

11 April 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 April 2023

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Authority is seeking a single contract to provide services as described in Section II.2.4 (Description of the Procurement). The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents.

This procurement exercise will be conducted pursuant to the competitive dialogue procedure using the Authority's electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login)

Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation.

If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com

The estimated total value provided in Section II.1.5 is for the full possible contract period of 20 years. In arriving at this value, the Authority has considered without limitation the estimated costs (including ad hoc capital) and revenue associated with the provision of the services, including vehicles, fuel, inflation, impact of growth and potential key service change to be explored during dialogue.

The Authority is of the view that TUPE is likely to apply to staff at contract commencement but bidders will be expected to undertake their own due diligence. The Authority has depots, a waste transfer station and HWRC sites to be used in the provision of the Services that shall be leased or licensed to the contractor. Further information shall be provided in the procurement documents.

Vehicles in the fleet are anticipated to be predominantly financed by the Contractor and to be owned by the Authority. However, this is open for discussion with bidders through dialogue. Existing vehicles will be available to the Contractor at the commencement of the Contract.

It is anticipated that the services will commence on 05.10.2024 but the Authority reserves the right to amend this should the procurement timetable need to be extended to ensure that the Authority identifies a solution/solutions capable of meeting its needs and providing value for money.

Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process.

The Authority reserves the right to abandon this procurement exercise at any stage and / or not award any contract or to award only part (or a different arrangement) of the opportunity described in this contract notice.

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The Authority reserves the right to omit, amend or recalibrate any part of the Services or technical service standards at any stage and to require those bidders in the process to adjust their solutions accordingly without reverting back to previous stages.

Applicants should note that the procurement documents provide indicative information of the Authority's approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in dialogue.

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom