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/
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
1005 Persistent Organic Pollutants (POPs) Waste Management Contract
Reference number
DN656078
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) will be seeking to procure Services for the Management of Persistent Organic Pollutants Waste or POPs Waste.
The successful contractor will be required to make arrangements for the safe disposal of upholstered domestic seating waste that may contain Persistent Organic Pollutants; and other POPs containing wastes from that may arise from time to time as a result of changes to the Environment Agency guidance or laws, collected from across the Authority's network of recycling centres and other collection points including Waste Collection Authority depots as required. The contractor will be required to provide safe disposal services for POPs delivered by the Authority or its agents and may, where requested, be required to provide collection containers and transport services to the disposal point(s).
The contract is expected to be for a one (1) year period, and may be extended by agreement in any number of periods not exceeding a total of a further five (5) years.
The annual tonnage of POPs waste is forecast to be in the region of 6,500 tonnes. No exclusivity or guaranteed minimum tonnage will be offered in respect of this contract, however a fixed capped management fee will be payable regardless of tonnage in addition to the applicable collection and disposal costs incurred.
two.1.5) Estimated total value
Value excluding VAT: £6,840,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKJ - South East (England)
two.2.4) Description of the procurement
Essex County Council (ECC) will be seeking to procure Services for the Management of Persistent Organic Pollutants Waste or POPs Waste.
The successful contractor will be required to make arrangements for the safe disposal of upholstered domestic seating waste that may contain Persistent Organic Pollutants; and other POPs containing wastes from that may arise from time to time as a result of changes to the Environment Agency guidance or laws, collected from across the Authority's network of recycling centres and other collection points including Waste Collection Authority depots as required. The contractor will be required to provide safe disposal services for POPs delivered by the Authority or its agents and may, where requested, be required to provide collection containers and transport services to the disposal point(s).
The contract is expected to be for a one (1) year period, and may be extended by agreement in any number of periods not exceeding a total of a further five (5) years.
The annual tonnage of POPs waste is forecast to be in the region of 6,500 tonnes. No exclusivity or guaranteed minimum tonnage will be offered in respect of this contract, however a fixed capped management fee will be payable regardless of tonnage in addition to the applicable collection and disposal costs incurred.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 June 2023
End date
6 June 2024
This contract is subject to renewal
Yes
Description of renewals
Contract may be extended by agreement in any number of periods not exceeding a total of a further five (5) 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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006110
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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