Tender

CP2300-22 - Contract for the Treatment of Organic Sweepings Waste

  • Devon County Council

F02: Contract notice

Notice identifier: 2023/S 000-015946

Procurement identifier (OCID): ocds-h6vhtk-037fc1

Published 6 June 2023, 11:46am



Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Mr Rob Gilbert

Email

rob.gilbert@devon.gov.uk

Telephone

+44 1392381675

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.devon.gov.uk

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