Section one: Contracting authority
one.1) Name and addresses
Southend-on-Sea City Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
Contact
Anton Bull
Telephone
+44 1702215000
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procurement.southend.gov.uk/
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
Contract for the treatment and disposal of Residual and Bulky Waste
Reference number
DN621176
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Southend-on-Sea City Council ("The Authority") is seeking expressions of interest from suitably qualified and experienced organisations for the receipt, acceptance, handling, processing treatment and disposal of Residual and Bulky Waste arising from the Southend-on-Sea City Council administrative area. The Authority estimates that the Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum but shall not provide a guarantee of minimum tonnage. The Authority is conducting this procurement through a streamlined competitive dialogue procedure of the Public Contracts Regulations 2015 (as amended) and its needs and requirements for the contract are included in the procurement documents published with this notice.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKH31 - Southend-on-Sea
two.2.4) Description of the procurement
Southend-on-Sea City Council ("The Authority") is a unitary council with responsibility for both waste collection and disposal.
This contract is for the receipt, acceptance, handling, processing, treatment and disposal of the residual waste streams collected from within the Authority’s administrative area. Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste collected from the kerbside, bulky waste deposited by residents at household waste and recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The Authority does not currently collect Commercial Waste but has an aspiration to include this in its collection arrangements in the near future. The Authority therefore reserves the right to introduce residual and bulky waste streams from its commercial waste collection to this Contract should it operate such a service during the Contract term.
The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum tonnage
The Authority's waste collection contractor operates a Waste Transfer Station where all Residual and Bulky waste is stored for bulking up for onward transportation to treatment and disposal destinations. The Authority's waste collection contractor is also responsible for the haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky Waste.
The Authority is technology and solution neutral, provided that the proposal meets the Authority’s needs and requirements as set out in the procurement documents. The Authority does not require exclusive bespoke facilities to be provided and is willing to consider all options that may be offered provided that they are deliverable, will achieve the Authority’s requirements and subject to cost.
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
16 January 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months .
Therefore if all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months .
Therefore if the all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (made available in draft with the procurement documents published with this contract notice).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
Date
15 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Authority is seeking a single contract to provide services as described in Section II.2.4 (Description of the Procurement). The Authority will implement the procurement procedure in successive stages – further information is set out in the procurement documents.
This procurement exercise will be conducted pursuant to the competitive dialogue procedure using the Authority’s electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login)
Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation.
If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com
Following submissions of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to select those highest scoring EIGHT (8) economic operators to the invitation to participate in dialogue and invitation to tender stage provided there are sufficient economic operators that submit and pass the SQ stage.
It is the Authority’s intention to conduct one round of dialogue with each economic operator to identify proposals which meets its requirements. The Authority reserves the right to add stages to the procurement process or revise this process. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit their tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.
Interested organisations should note that all tonnage information is given for guidance only: it may fluctuate and in any event is not warranted by the Authority.
It is anticipated that the services will commence on 16.01.2023 but the Authority reserves the right to amend this should the procurement timetable need to be extended to ensure that the Authority identifies a solution/solutions capable of meeting its needs and providing value for money.
Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process.
The Authority reserves the right to abandon this procurement exercise at any stage and / or not award any contract.
The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The Authority reserves the right to omit any part of the Services at any stage and to require those in the process to adjust their solutions accordingly.
Applicants should note that the procurement documents provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in dialogue.
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