Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Emma Whitten
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=3cb68a1c-8ff4-ed11-8122-005056b64545
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/Advert/Index?advertId=3cb68a1c-8ff4-ed11-8122-005056b64545
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
1014 Medium-Term Residual Waste Treatment Contract
Reference number
DN670558
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Essex County Council (ECC) are seeking to procure residual waste treatment services for
Contract Waste delivered to the Contractor by the Authority and/or its Approved Suppliers.
The Service requirements will be divided into four separate contract Lots as follows:
Lot 1: WCA Residual Waste - 175,000 tonnes per annum
Lot 2: WCA Residual Waste - 80,000 tonnes per annum
Lot 3: WCA Residual Waste - 40,000 tonnes per annum
Lot 4: Bulky Waste - 42,000 tonnes per annum
two.1.5) Estimated total value
Value excluding VAT: £1,139,000,000
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
Lot 1: WCA Residual Waste – 175,000 Tonnes Per Annum
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
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 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
Full details of the requirements can be found in the tender pack on ProContract.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2032
This contract is subject to renewal
Yes
Description of renewals
The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
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 2 WCA Residual Waste – 80,000 Tonnes Per Annum
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
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 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
Full details of the requirements can be found in the tender pack on ProContract.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2032
This contract is subject to renewal
Yes
Description of renewals
The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
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 3 WCA Residual Waste – 40,000 Tonnes Per Annum
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
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 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthl;y base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
Full details of the requirements can be found in the tender pack on ProContract.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2032
This contract is subject to renewal
Yes
Description of renewals
The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
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 4: Bulky Waste - 42,000 tonnes per annum
Lot No
4
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
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 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 70% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
Full details of the requirements can be found in the tender pack on ProContract.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2032
This contract is subject to renewal
Yes
Description of renewals
The Contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
9 April 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 March 2024
Local time
3:00pm
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
ECC considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The estimated total value set out under II.1.5 of this contract notice is the total estimated contract value of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.
For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with ECC relating to this procurement exercise must be via the portal's messaging system.
Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/
It is recommended that any bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity.
ECC reserves the right to amend timescales for any reason and change the evaluation criteria where necessary for example if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
ECC is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. ECC shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relations to the information provided by a supplier. However, if the information is requested, ECC may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom