Opportunity

Residual Waste Disposal for Bournemouth and Christchurch

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice reference: 2021/S 000-007937

Published 15 April 2021, 3:16pm



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

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

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