Tender

0930 Bio-Waste Treatment, Transfer and Transport Services

  • Essex County Council
  • Southend-on-Sea City Council

F02: Contract notice

Notice identifier: 2022/S 000-015937

Procurement identifier (OCID): ocds-h6vhtk-02fe31

Published 10 June 2022, 6:55am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Emma Whitten

Email

emma.whitten@essex.gov.uk

Telephone

+44 3330136770

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://procontract.due-north.com/

one.1) Name and addresses

Southend-on-Sea City Council

Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6ER

Contact

Lee White

Email

procurementops@southend.gov.uk

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

https://www.southend.gov.uk/

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/

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

0930 Bio-Waste Treatment, Transfer and Transport Services

Reference number

DN584758

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) and Southend-on-Sea City Council (SCC) are seeking to procure Bio-waste Treatment, Transfer and Transport Services for the county of Essex and the unitary authority of Southend-on-Sea. The contract will be lotted as follows:

Lot 1A: Treatment of Green Waste Only – ECC – 40,000 tonnes per annum

Lot 1B: Treatment of Green Waste Only – ECC – 20,000 tonnes per annum

Lot 1C: Treatment of Green Waste Only - ECC - 16,000 tonnes per annum

Lot 1D: Treatment of Green Waste Only – ECC – 14,000 tonnes per annum

Lot 1E: Treatment of Green Waste Only – ECC – 10,000 tonnes per annum

Lot 1F: Treatment of Green Waste Only - Tonnage with later commencement date (estimated from April 2024) – 20,500 tonnes per annum maximum

Lot 2 – Treatment of Green Waste Only - SCC – 10,000 tonnes per annum

Lot 3A – Treatment of Food Waste Only - ECC and SCC – 20,000 tonnes per annum

Lot 3B: Treatment of Food Waste Only – ECC and SCC – 15,000 tonnes per annum

Lot 3C: Treatment of Food Waste Only – ECC and SCC – 10,000 tonnes per annum

Lot 3D: Treatment of Food Waste Only – ECC and SCC – 5,000 tonnes per annum

Lot 3E: Treatment of Food Waste Only - Tonnage with later commencement date (estimated from April 24) - 10,000 tonnes per annum maximum

Lot 4A: Transfer and Transport (Haulage) - ECC – Brentwood – 6,000 tonnes per annum

Lot 4B: Transfer and Transport - ECC – Basildon – 19,000 tonnes per annum

Lot 4C: Transfer and Transport - ECC – Rochford – 12,500 tonnes per annum

Lot 4D: Transfer and Transport - ECC – Castle Point – 9,000 tonnes per annum

two.1.5) Estimated total value

Value excluding VAT: £67,000,000

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 1A: Treatment of Green Waste Only – ECC – 40,000 tonnes per annum

Lot No

1A

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 1B: Treatment of Green Waste Only – ECC – 20,000 tonnes per annum

Lot No

1B

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 1C: Treatment of Green Waste Only – ECC – 16,000 tonnes per annum

Lot No

1C

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 1D: Treatment of Green Waste Only – ECC – 14,000 tonnes per annum

Lot No

1D

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 1E: Treatment of Green Waste Only – ECC – 10,000 tonnes per annum

Lot No

1E

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 1F: Treatment of Green Waste Only - Tonnage with later commencement date (estimated from April 2024) – 20,500 tonnes per annum maximum

Lot No

1F

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol standards (as may be amended from time to time) or equivalent for the County of Essex. Lot 1F has an anticipated Service Commencement Date of 01/04/2024, however this date is subject to change and will be confirmed prior to signature of the contract for this lot. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial contract term.

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

two.2) Description

two.2.1) Title

Lot 2 – Treatment of Green Waste Only - SCC – 10,000 tonnes per annum

Lot No

2

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either the PAS 100/Quality Protocol or PAS110/Quality protocol standards (as may be amended from time to time) or equivalent for SCC. SCC are considering their options with regards to green waste disposal therefore we have included their requirement as a separate lot from ECC's should they wish to take up any tonnage through this contract. This lot will be based on a zero-minimum tonnage.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 3A – Treatment of Food Waste Only (ECC and SCC) – 20,000 tonnes per annum

Lot No

3A

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 3B: Treatment of Food Waste Only – ECC and SCC – 15,000 tonnes per annum

Lot No

3B

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 3C: Treatment of Food Waste Only – ECC and SCC – 10,000 tonnes per annum

Lot No

3C

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 3D: Treatment of Food Waste Only – ECC and SCC – 5,000 tonnes per annum

Lot No

3D

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 3E: Treatment of Food Waste Only - Tonnage with later commencement date (estimated from April 24) - 10,000 tonnes per annum maximum

Lot No

3E

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of SCC. Lot 3E has an anticipated Service Commencement Date of 01/04/2024, however this date is subject to change and will be confirmed prior to signature of the contract for this lot. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial contract term.

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

two.2) Description

two.2.1) Title

Lot 4A: Transfer and Transport (Haulage) - ECC – Brentwood – 6,000 tonnes per annum

Lot No

4A

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90524300 - Removal services of biological waste
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of Municipal Biowaste originating from a variety of waste operations to dedicated treatment facilities/disposal points as directed by the Customer. The Authority will also be direct delivering tonnage through its own transport arrangements. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 4B: Transfer and Transport - ECC – Basildon – 19,000 tonnes per annum

Lot No

4B

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90524300 - Removal services of biological waste
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of Municipal Biowaste originating from a variety of waste operations to dedicated treatment facilities/disposal points as directed by the Customer. The Authority will also be direct delivering tonnage through its own transport arrangements. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 4C: Transfer and Transport - ECC – Rochford – 12,500 tonnes per annum

Lot No

4C

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90524300 - Removal services of biological waste
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of Municipal Biowaste originating from a variety of waste operations to dedicated treatment facilities/disposal points as directed by the Customer. The Authority will also be direct delivering tonnage through its own transport arrangements. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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

two.2) Description

two.2.1) Title

Lot 4D: Transfer and Transport - ECC – Castle Point – 9,000 tonnes per annum

Lot No

4D

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90524300 - Removal services of biological waste
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of Municipal Biowaste originating from a variety of waste operations to dedicated treatment facilities/disposal points as directed by the Customer. The Authority will also be direct delivering tonnage through its own transport arrangements. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial five year contract term.

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: 2021/S 000-030394

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

Date

13 July 2022

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

13 July 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Council considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The estimated total value set out under II.1.5 of this contract notice is the total estimated contract value including the maximum five year extension period with an inflation estimate included.

For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal's messaging system.

Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/

It is recommended that any bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity. The Council reserves the right to amend timescales for any reason and change the evaluation criteria where necessary for example if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. The Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise.

Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. Essex County Council shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relations to the information provided by a supplier. However, if the information is requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

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

six.4.2) Body responsible for mediation procedures

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom