Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
Town Hall
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
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
Residual Waste Disposal for Bournemouth and Christchurch
Reference number
DN528956
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections.
The contract has been divided into Lots which are:
- Lot 1 - Bournemouth Residual Waste
- Lot 2 - Christchurch Residual Waste
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £33,000,000 taken into consideration
two.2) Description
two.2.1) Title
Lot 1 - Bournemouth Residual Waste
Lot No
1
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90530000 - Operation of a refuse site
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
On 1 April 2019 Bournemouth Borough Council (BBC), Christchurch Borough Council (CBC) and Borough of Poole (BoP) were replaced by a new council named Bournemouth,Christchurch and Poole Council (BCP Council).
Prior to 1 April 2019 Bournemouth and Poole were operating as separate unitary authorities.
Prior to 1 April 2019 Christchurch waste services were part of an organisation led by Dorset County Council, known as Dorset Waste Partnership (DWP).
From 1 April 2019 to 31 March 2020 Christchurch waste services were operated by Dorset Council. Responsibility for Christchurch waste services transferred to BCP Council on 1 April 2020.
There is a long-term contract with a third party which runs until 2027 for the collection and disposal of residual waste from Poole. Residual waste collected from Poole is directly delivered by refuse collection vehicles to the Nuffield Transfer Station, Poole. There is no further capacity for residual waste from Bournemouth and or Christchurch to be managed at this site.
Residual waste collected from Bournemouth and Christchurch is directly delivered by refuse collection vehicles to the third-party treatment / disposal facilities as the Council currently has no transfer station capacity in these areas.
This contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections. The procurement will be separated into two Lots. These are Lot 1 – Bournemouth Residual Waste and Lot 2 – Christchurch Residual Waste.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is three years, with the option to extend annually for a further three years (3+1+1+1) Therefore if the all extensions were taken, then the full contract duration shall be for six years. The anticipated start date of the contract is 1 September 2021.
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 - Christchurch Residual Waste
Lot No
2
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90530000 - Operation of a refuse site
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
On 1 April 2019 Bournemouth Borough Council (BBC), Christchurch Borough Council (CBC) and Borough of Poole (BoP) were replaced by a new council named Bournemouth,Christchurch and Poole Council (BCP Council).
Prior to 1 April 2019 Bournemouth and Poole were operating as separate unitary authorities.
Prior to 1 April 2019 Christchurch waste services were part of an organisation led by Dorset County Council, known as Dorset Waste Partnership (DWP).
From 1 April 2019 to 31 March 2020 Christchurch waste services were operated by Dorset Council. Responsibility for Christchurch waste services transferred to BCP Council on 1 April 2020.
There is a long-term contract with a third party which runs until 2027 for the collection and disposal of residual waste from Poole. Residual waste collected from Poole is directly delivered by refuse collection vehicles to the Nuffield Transfer Station, Poole. There is no further capacity for residual waste from Bournemouth and or Christchurch to be managed at this site.
Residual waste collected from Bournemouth and Christchurch is directly delivered by refuse collection vehicles to the third-party treatment / disposal facilities as the Council currently has no transfer station capacity in these areas.
This contract is for the treatment/ disposal of the residual waste streams collected from Bournemouth and Christchurch, that is domestic kerbside refuse, litterbins and commercial waste collections. The procurement will be separated into two Lots. These are Lot 1 – Bournemouth Residual Waste and Lot 2 – Christchurch Residual Waste.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is three years, with the option to extend annually for a further three years (3+1+1+1) Therefore if the all extensions were taken, then the full contract duration shall be for six years. The anticipated start date of the contract is 1 September 2021.
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 000-007937
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
1
Title
Lot 1 - Bournemouth Residual Waste
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 July 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
New Earth Solutions
The MRF, Station Road, Caythorpe, Grantham,
Lincolnshire
NG32 3EW
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £28,200,000 taken into consideration
Section five. Award of contract
Lot No
2
Title
Lot 2 - Christchurch Residual Waste
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 July 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
New Earth Solutions
The MRF, Station Road, Caythorpe, Grantham,
Lincolnshire
NG32 3EW
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £4,800,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).