- 1. Cambridge City Council, East Cambridgeshire District Council, Fenland District Council, Huntingdonshire District Council and South Cambridgeshire District Council
- 2. Cambridge City Council
- 3. East Cambridgeshire District Council
- 4. Fenland District Council
- 5. Huntingdonshire District Council
- 6. South Cambridgeshire District Council
Section one: Contracting authority
one.1) Name and addresses
Cambridge City Council, East Cambridgeshire District Council, Fenland District Council, Huntingdonshire District Council and South Cambridgeshire District Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Contact
Clare Ellis
clare.ellis@cambridgeshire.gov.uk
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk/
one.1) Name and addresses
Cambridge City Council
42-44, St. Andrews Street, City Centre,
Cambridge
CB2 1BY
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
one.1) Name and addresses
East Cambridgeshire District Council
The Grange, Nutholt Lane,
Ely
CB7 4EE
customerservices@eastcambs.gov.uk
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
one.1) Name and addresses
Fenland District Council
Fenland Hall County Road
March
PE15 8NQ
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
one.1) Name and addresses
Huntingdonshire District Council
St Mary's St,
Huntingdon
PE29 3TN
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
https://www.huntingdonshire.gov.uk/
one.1) Name and addresses
South Cambridgeshire District Council
South Cambridgeshire Hall 6010,
Cambourne
CB23 6EA
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
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=ae1f1f2c-25ec-ee11-8127-005056b64545
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=ae1f1f2c-25ec-ee11-8127-005056b64545
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
24020 RECAP Dry Mixed Recyclate Bulking
Reference number
DN713070
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Cambridgeshire Waste Collection Authorities collect dry mixed recycling from domestic and commercial premises across Cambridgeshire. This tender is to provide suitably located and permitted transfer stations for accepting the delivery, weighing, storage and bulking for onward transport, of this mixed dry recycling. The onward transport is an element of a separate procurement. This transport will be coordinated such that materials are moved from each transfer site at a suitable frequency.
The RECAP Councils have worked collaboratively for many years in the delivery of DMR across Cambridgeshire. That collaboration continues for this procurement. The procurement itself is being conducted as a single procurement, but with the award of contract being in the form of separate Lots, as described in more detail in this ITT. The Lots are presented as alternative Lots (by reference to size), to enable the Councils to seek the broadest possible market response. This means that an award will not be made for every Lot. This is described in more detail in ‘Lotting Guidance’ within the ITT.
The RECAP Councils will make the decision collectively as to which Lots to award and to which bidders. Following award, the ensuing contracts will either be concluded with an individual Council or a number of them, depending upon which Lots have been chosen as the best value for money.
Notwithstanding, the separate Contracts, the Councils are committed to sharing the per tonne costs equally across Cambridgeshire and to manage the contracts on a collective basis. They have committed to concluding an Inter Authority Agreement (IAA) to facilitate this arrangement. The joint contract management arrangements will be reflected in each of the contracts, but otherwise, the IAA not be affect the contractual position of each successful bidder, whose rights and obligations will be governed solely by the Contract it has with the individual Council or number of Councils, as the case may be
The Authorities look to secure this Bulking Service in a set of individual locations across Cambridgeshire with suitable proximity to existing collections and/or depots with the aim of reducing unnecessary travel.
For the avoidance of doubt, bids are welcome from contractors who can provide one or more sites with capacity in any one or more of the geographical areas identified in the specification. As such the Authorities welcome bids for any one or more or all the lots available.
The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner. Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details.
In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
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 - Up to 10,000 tonnes (East)
Lot No
1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (East)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 - Up to 10,000 tonnes (East)
Lot No
2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (East)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 - Up to 10,000 tonnes (North)
Lot No
3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (North)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
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 - Up to 10,000 tonnes (North)
Lot No
4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Up to 10,000 tonnes (North)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
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 5 - Up to 20,000 tonnes (West)
Lot No
5
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 20,000 tonnes (West)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 6 : Up to 10,000 tonnes (West)
Lot No
6
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (West)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 7 - Up to 10,000 tonnes (West)
Lot No
7
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (West)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 8 - Up to 30,000 tonnes (South)
Lot No
8
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 30,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 9 - Up to 20,000 tonnes (South)
Lot No
9
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 20,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 10 - Up to 10,000 tonnes (South)
Lot No
10
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 11 - Up to 10,000 tonnes (South)
Lot No
11
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 12 - Up to 10,000 tonnes (South)
Lot No
12
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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 13 - Up to 10,000 tonnes (South)
Lot No
13
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Up to 10,000 tonnes (South)
Please be aware that, as explained in more detail in the ITT, not all Lots will be awarded and so the Lot values combined do not equal the total contract value. For more information on this, please refer to the ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 year contract with 2 x 12 month extensions available, making 5 years in total.
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
Originally published as:
Date
28 May 2024
Local time
12:00pm
Changed to:
Date
4 June 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 May 2024
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
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authorities will incorporate a minimum 10 calendar days standstill period at the point
information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point.
This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authorities before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.
Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines. The Councils reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Councils incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.