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
Telephone
+44 1702215000
Country
United Kingdom
Region code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
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
Southend Residual and Bulky Waste disposal 2022
Reference number
DN621176
two.1.2) Main CPV code
- 90500000 - Refuse and waste related 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 receipt, acceptance, handling,
processing treatment and disposal of Residual and Bulky Waste arising from the Southend-on-Sea City Council administrative area. The Authority estimates that the Contractor will
receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum but
shall not provide a guarantee of minimum tonnage. The Authority is conducting this
procurement through a streamlined competitive dialogue procedure of 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £22,908,103 / Highest offer: £30,081,233 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
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 receipt, acceptance, handling, processing, treatment and disposal of
the residual waste streams collected from within the Authority’s administrative area.
Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste
collected from the kerbside, bulky waste deposited by residents at household waste and
recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The
Authority does not currently collect Commercial Waste but has an aspiration to include this
in its collection arrangements in the near future. The Authority therefore reserves the right to
introduce residual and bulky waste streams from its commercial waste collection to this
Contract should it operate such a service during the Contract term.
The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and
7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum
tonnage.
The Authority's waste collection contractor operates a Waste Transfer Station where all
Residual and Bulky waste is stored for bulking up for onward transportation to treatment and
disposal destinations. The Authority's waste collection contractor is also responsible for the
haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority
therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky
Waste.
The Authority is technology and solution neutral, provided that the proposal meets the
Authority’s needs and requirements as set out in the procurement documents. The Authority
does not require exclusive bespoke facilities to be provided and is willing to consider all
options that may be offered provided that they are deliverable, will achieve the Authority’s
requirements and subject to cost.
two.2.5) Award criteria
Quality criterion - Name: Method Statements / Weighting: 30
Quality criterion - Name: Carbon Emissions / Weighting: 10
Cost criterion - Name: Total price + Authority's Haulage Costs / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months .
Therefore if the all extensions were taken, then the full contract duration shall be 122.5 months.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-019327
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 February 2023
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SUEZ Recycling and Recovery UK Limited
SUEZ House, Grenfell Road
Maidenhead
SL6 1ES
Country
United Kingdom
NUTS code
- UKH31 - Southend-on-Sea
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £22,908,103
Section six. Complementary information
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