Tender

Contract for the treatment and disposal of Residual and Bulky Waste

  • Southend-on-Sea City Council

F02: Contract notice

Notice identifier: 2022/S 000-019327

Procurement identifier (OCID): ocds-h6vhtk-035227

Published 14 July 2022, 4:57pm



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

Email

antonbull@southend.gov.uk

Telephone

+44 1702215000

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

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