Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
Town Hall, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
Residual Waste Disposal for Bournemouth and Christchurch
Reference number
DN528956
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections.
The Council has split the requirement for the services into two lots. These are Lot 1 – Bournemouth Residual Waste and Lot 2 – Christchurch Residual Waste.
two.1.5) Estimated total value
Value excluding VAT: £33,000,000
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 - Bournemouth Residual Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90530000 - Operation of a refuse site
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
On 1 April 2019 Bournemouth Borough Council (BBC), Christchurch Borough Council (CBC) and Borough of Poole (BoP) were replaced by a new council named Bournemouth, Christchurch and Poole Council (BCP Council).
Prior to 1 April 2019 Bournemouth and Poole were operating as separate unitary authorities. Prior to 1 April 2019 Christchurch waste services were part of an organisation led by Dorset County Council, known as Dorset Waste Partnership (DWP).
From 1 April 2019 to 31 March 2020 Christchurch waste services were operated by Dorset Council. Responsibility for Christchurch waste services transferred to BCP Council on 1 April 2020.
There is a long-term contract with a third party which runs until 2027 for the collection and disposal of residual waste from Poole. Residual waste collected from Poole is directly delivered by refuse collection vehicles to the Nuffield Transfer Station, Poole. There is no further capacity for residual waste from Bournemouth and or Christchurch to be managed at this site.
Residual waste collected from Bournemouth and Christchurch is directly delivered by refuse collection vehicles to the third-party treatment / disposal facilities as the Council currently has no transfer station capacity in these areas.
This contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections. The procurement will be separated into two Lots. These are Lot 1 – Bournemouth Residual Waste and Lot 2 – Christchurch Residual Waste.
Bidders can bid for Lot 1 – Bournemouth Residual Waste or Lot 2 – Christchurch Residual Waste or bid for both Lots. Each lot will be evaluated individually. If a Bidder is successful on winning both Lots they will have their price per tonnage for Lot 1 – Bournemouth Residual Waste and for Lot 2 – Christchurch Residual Waste averaged out (via a weighting as per the overall expected tonnage for each Lot) to provide a total tonnage price for both Lots. This is as outlined in the procurement documentation.
The Contractor shall manage all waste in accordance with the waste hierarchy and principals of the circular economy. The Contractor shall endeavour to provide the services in a manner that will have a positive effect on BCP Council’s declared climate and ecological emergency which committed the Council to be carbon neutral by 2030 and Bournemouth, Christchurch and Poole area by 2050.
The contractor must have a Delivery Point located in one of more of the following postcode areas; BH1, BH2, BH3, BH4, BH5, BH6, BH7, BH8, BH9, BH10, BH11, BH12, BH13, BH14, BH15, BH16, BH17, BH18, BH21, BH22, BH23, BH24 and BH31. The Delivery Point must be operating for the minimum hours that are outlined within the procurement documentation. The contractor will be required to have a Weighbridge at the Delivery Point.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is three years, with the option to extend annually for a further three years. (3+1+1+1) Therefore if the all extensions were taken, then the full contract duration shall be for six years. The anticipated start date of the contract is 1 September 2021.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is 3 years, with 3 options to extend annually for a further 3 years. (3 + 1 + 1 + 1) Therefore if the full extensions is taken, then the full contract duration shall be 6 years. The anticipated start date of the contract is 1 September 2021.
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 - Christchurch Residual Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90530000 - Operation of a refuse site
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
From 1 April 2019 to 31 March 2020 Christchurch waste services were operated by Dorset Council. Responsibility for Christchurch waste services transferred to BCP Council on 1 April 2020.
There is a long-term contract with a third party which runs until 2027 for the collection and disposal of residual waste from Poole. Residual waste collected from Poole is directly delivered by refuse collection vehicles to the Nuffield Transfer Station, Poole. There is no further capacity for residual waste from Bournemouth and or Christchurch to be managed at this site.
Residual waste collected from Bournemouth and Christchurch is directly delivered by refuse collection vehicles to the third-party treatment / disposal facilities as the Council currently has no transfer station capacity in these areas.
This contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections. The procurement will be separated into two Lots. These are Lot 1 – Bournemouth Residual Waste and Lot 2 – Christchurch Residual Waste.
Bidders can bid for Lot 1 – Bournemouth Residual Waste or Lot 2 – Christchurch Residual Waste or bid for both Lots. Each lot will be evaluated individually. If a Bidder is successful on winning both Lots they will have their price per tonnage for Lot 1 – Bournemouth Residual Waste and for Lot 2 – Christchurch Residual Waste averaged out (via a weighting as per the overall expected tonnage for each Lot) to provide a total tonnage price for both Lots. This is as outlined in the procurement documentation.
The Contractor shall manage all waste in accordance with the waste hierarchy and principals of the circular economy. The Contractor shall endeavour to provide the services in a manner that will have a positive effect on BCP Council’s declared climate and ecological emergency which committed the Council to be carbon neutral by 2030 and Bournemouth, Christchurch and Poole area by 2050.
The contractor must have a Delivery Point located in one of more of the following postcode areas; BH1, BH2, BH3, BH4, BH5, BH6, BH7, BH8, BH9, BH10, BH11, BH12, BH13, BH14, BH15, BH16, BH17, BH18, BH21, BH22, BH23, BH24 and BH31. The Delivery Point must be operating for the minimum hours that are outlined within the procurement documentation. The contractor will be required to have a Weighbridge at the Delivery Point.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is three years, with the option to extend annually for a further three years. (3+1+1+1) Therefore if the all extensions were taken, then the full contract duration shall be for six years. The anticipated start date of the contract is 1 September 2021.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is three years, with the option to extend annually for a further three years. (3+1+1+1) Therefore if the all extensions were taken, then the full contract duration shall be for six years. The anticipated start date of the contract is 1 September 2021.
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
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 June 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 June 2021
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Councils democratic services team.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity.
The Council is carrying out this procurement pursuant to the Public Contracts Regulations 2015 (as amended).
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council.
Bidders should note that the procurement documents are draft documents at this stage, providing indicative information of the Council’s intended approach in the procurement process and are for general information only. The Council 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 the relevant tender stages of the procurement procedure.
The Council 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 supplier may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to social and/or environmental consideration.
The services will predominantly be performed within the boundaries of BCP Council for the Council.
Bidders are encouraged to submit their Bids well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time. The Council reserves the right not to accept tender submissions that are received after the deadline.
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom