- Scope of the procurement
- Service lot 1 – Contract for the transportation and Treatment of Organic Sweepings Waste from the District Councils of East Devon, Exeter, Mid Devon, North Devon, South Hams, Torridge and West Devon
- Service lot 2 – Contract for the transportation and Treatment of Organic Sweepings Waste from Teignbridge District Council
Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Rob Gilbert
Telephone
+44 1392381675
Country
United Kingdom
Region code
UKK43 - Devon CC
Internet address(es)
Main address
Buyer's address
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
CP2300-22 - Contract for the Treatment of Organic Sweepings Waste
Reference number
DN641613
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Devon County Council’s (DCC) current contract arrangements for the transportation and treatment of Organic Sweepings Waste collected by the eight district councils within Devon is due to expire at the end of March 2024 and as such DCC are seeking to reprocure this service. It is intended that the new contract will operate from 1st April 2024 for an initial period of five years with the option to extend the contract by a period or periods totalling a maximum further 5 years.
Organic Sweepings Waste mainly consists of organic matter and as such DCC wishes the waste to be treated to allow it to be recycled e.g. into a compost-like product or similar.
The service requirement has been divided into two lots and DCC intends to let a contract for each lot. Bidders can submit bids for one or both lots with no limit on the number of lots to be awarded to one provider. Bids for each lot must be independent and not reliant on being awarded both lots.
The Lots are as follows:
Service lot 1 – Contract for the transportation and Treatment of Organic Sweepings Waste from the District Councils of East Devon, Exeter, Mid Devon, North Devon, South Hams, Torridge and West Devon
Organic Sweepings waste arising from the District Councils covered in Lot 1 will require transportation from Waste Collection Points (provided by DCC/District Council) to the Contractor’s Waste Treatment Point for Treatment.
During the 2022-23 Financial Year, approximately 3,600 tonnes of Organic Sweepings were collected as part of the District Councils covered by Lot 1 sweeping operations.
Service lot 2 – Contract for the transportation and Treatment of Organic Sweepings Waste from Teignbridge District Council.
The Contractor is required provide their own Waste Reception Point within the administrative boundary of Teignbridge District Council to which Organic Sweepings Waste can be delivered by Teignbridge District Council. After Teignbridge District Council has delivered their Organic Sweepings Waste to the Contractor’s Waste Reception Point, the Contractor shall transport the waste to the Contractor’s Waste Treatment Point for Treatment.
During the 2022-23 Financial Year, Teignbridge District Council collected approximately 950 tonnes of Organic Sweepings as part of their sweeping operations.
two.1.5) Estimated total value
Value excluding VAT: £460,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Service lot 1 – Contract for the transportation and Treatment of Organic Sweepings Waste from the District Councils of East Devon, Exeter, Mid Devon, North Devon, South Hams, Torridge and West Devon
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
two.2.4) Description of the procurement
Service lot 1 – Contract for the transportation and Treatment of Organic Sweepings Waste from the District Councils of East Devon, Exeter, Mid Devon, North Devon, South Hams, Torridge and West Devon
Organic Sweepings waste arising from the District Councils covered in Lot 1 will require transportation from Waste Collection Points (provided by DCC/District Council) to the Contractor’s Waste Treatment Point for Treatment.
During the 2022-23 Financial Year, approximately 3,600 tonnes of Organic Sweepings were collected as part of the District Councils covered by Lot 1 sweeping operations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £365,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
The contract may be extended by a period or periods totalling a maximum further 60 months.
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
Service lot 2 – Contract for the transportation and Treatment of Organic Sweepings Waste from Teignbridge District Council
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
two.2.4) Description of the procurement
Service lot 2 – Contract for the transportation and Treatment of Organic Sweepings Waste from Teignbridge District Council.
The Contractor is required provide their own Waste Reception Point within the administrative boundary of Teignbridge District Council to which Organic Sweepings Waste can be delivered by Teignbridge District Council. After Teignbridge District Council has delivered their Organic Sweepings Waste to the Contractor’s Waste Reception Point, the Contractor shall transport the waste to the Contractor’s Waste Treatment Point for Treatment.
During the 2022-23 Financial Year, Teignbridge District Council collected approximately 950 tonnes of Organic Sweepings as part of their sweeping operations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £95,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
The contract may be extended by a period or periods totalling a maximum further 60 months.
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: 2022/S 000-031453
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 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
18 August 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 12 months prior to the end of the contract.
six.3) Additional information
The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
7 Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom