Opportunity

Energy From Waste Facility Operation and Maintenance

  • Dudley Metropolitan Borough Council

F02: Contract notice

Notice reference: 2022/S 000-011489

Published 4 May 2022, 1:39pm



The closing date and time has been changed to:

24 June 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Dudley Metropolitan Borough Council

Council House, 1 Priory Road

Dudley

DY1 1HF

Contact

Jackie Reed

Email

jackie.reed@dudley.gov.uk

Country

United Kingdom

NUTS code

UKG36 - Dudley

Internet address(es)

Main address

www.dudley.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/blackcountryportal/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/blackcountryportal/aspx/home

Tenders or requests to participate must be submitted to the above-mentioned 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

Energy From Waste Facility Operation and Maintenance

Reference number

C208/2022

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Dudley Metropolitan Borough Council is seeking to enter into arrangements with a suitable Contractor for the operation and maintenance of its Energy from Waste (EfW) plant, the transportation of waste deposited at the Site to Delivery Points, and the recovery of energy including the generation, export and sale of electricity. The Council intend to let a contract to provide time for it to develop a longer term strategy for the EfW facility. The successful Tenderer will be able to input into the development of this longer term strategy (without any contractual obligations).

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley
Main site or place of performance

Lister Road, Dudley DY2 8JW

two.2.4) Description of the procurement

Dudley Metropolitan Borough Council (DMBC) has a legal obligation under the Environmental Protection Act (EPA) 1990, Part II, Section 51 as a "Function of waste disposal authorities" to arrange for the disposal of the controlled waste collected in its area by the waste collection authorities.The household residual waste collection services are undertaken by DMBC and collected on a weekly basis, at the kerbside by compaction vehicles, ready to deliver for disposal. The current collection service is under review as to the frequency of collections and the wastes collected e.g. weekly food waste collection, charged fortnightly green waste collection, fortnightly dry comingled and fibre (paper/card) collections, and fortnightly/3 weekly/4weekly residual waste collection. DMBC fulfils this residual waste disposal requirement by the provision of an Energy from Waste plant (EfW), located at Lister Road, Dudley DY2 8JW. The site is in the central part of the Borough and is currently operated by a Contractor on behalf of DMBC.DMBC is seeking to enter into arrangements with a suitable Contractor for the operation and maintenance of its EfW plant, the transportation of waste deposited at the site to Delivery Points, and the recovery of energy including the generation, export and sale of electricity.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

3 years with the option to extend (1+1)

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

SQ Quality questions and pass/fail criteria

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

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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 000-002349

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

14 June 2022

Local time

12:00pm

Changed to:

Date

24 June 2022

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 July 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

Country

United Kingdom