Tender

0981 Bio-Waste Treatment, Transfer and Transport Services

  • Essex County Council
  • Southend-on-Sea City Council

F02: Contract notice

Notice identifier: 2022/S 000-022156

Procurement identifier (OCID): ocds-h6vhtk-035aff

Published 11 August 2022, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Emma Whitten

Email

emma.whitten@essex.gov.uk

Telephone

+44 3330136770

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.1) Name and addresses

Southend-on-Sea City Council

Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6ER

Contact

Lee White

Email

procurementops@southend.gov.uk

Country

United Kingdom

Region code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

https://www.southend.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

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

0981 Bio-Waste Treatment, Transfer and Transport Services

Reference number

DN625840

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Essex County Council (ECC) and Southend-on-Sea City Council (SCC) are seeking to procure Transfer, Treatment and Disposal Services for source segregated municipal bio-wastes arising in the county of Essex and the unitary authority of Southend-on-Sea. The contract will be lotted as follows:

Lot 1: Treatment of Green Waste Only – ECC – 40,000 tonnes per annum

Lot 2: Treatment of Green Waste Only – ECC – 20,000 tonnes per annum

Lot 3: Treatment of Green Waste Only – ECC – 16,000 tonnes per annum

Lot 4: Treatment of Green Waste Only – ECC – 14,000 tonnes per annum

Lot 5: Treatment of Green Waste Only - ECC - 10,000 tonnes per annum

Lot 6: Treatment of Food Waste Only - ECC and SCC – 20,000 tonnes per annum

Lot 7: Treatment of Food Waste Only – ECC and SCC – 15,000 tonnes per annum

Lot 8: Treatment of Food Waste Only – ECC and SCC – 10,000 tonnes per annum

Lot 9: Treatment of Food Waste Only – ECC and SCC – 5,000 tonnes per annum

Lot 10: Treatment of Green Waste Only - SCC – 10,000 tonnes per annum

Lot 11: Treatment of Green Waste Only - Tonnage with later commencement date (estimated from April 2024) – 20,500 tonnes per annum maximum

Lot 12: Treatment of Food Waste Only - Tonnage with later commencement date (estimated from April 24) - 10,000 tonnes per annum maximum

Lot 13: Transfer and Transport (Haulage) - ECC – Brentwood – 6,000 tonnes per annum - Earlier commencement date (from January 23)

Lot 14: Transfer and Transport - ECC – Basildon – 19,000 tonnes per annum - Earlier commencement date (from January 23)

Lot 15: Transfer and Transport - ECC – Rochford – 12,500 tonnes per annum - Earlier commencement date (from January 23)

Lot 16: Transfer and Transport - ECC – Castle Point – 9,000 tonnes per annum - Earlier commencement date (from January 23)

two.1.5) Estimated total value

Value excluding VAT: £67,000,000

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: 16

two.2) Description

two.2.1) Title

Lot 1: Treatment of Green Waste Only – ECC – 40,000 tonnes per annum

Lot No

1

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. The

Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent

to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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: Treatment of Green Waste Only – ECC – 20,000 tonnes per annum

Lot No

2

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. The

Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent

to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 3: Treatment of Green Waste Only – ECC – 16,000 tonnes per annum

Lot No

3

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. The

Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent

to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 4: Treatment of Green Waste Only – ECC – 14,000 tonnes per annum

Lot No

4

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. The

Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent

to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 5: Treatment of Green Waste Only - ECC - 10,000 tonnes per annum

Lot No

5

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. The

Contractor for this lot will be provided with Guaranteed Minimum Tonnage (GMT) equivalent

to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 6: Treatment of Food Waste Only - ECC and SCC – 20,000 tonnes per annum

Lot No

6

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant

legislation to produce a marketable end product which meets (dependent on treatment

type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may

be amended from time to time) or equivalent for the county of Essex and the unitary

authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum

Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 7: Treatment of Food Waste Only – ECC and SCC – 15,000 tonnes per annum

Lot No

7

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant

legislation to produce a marketable end product which meets (dependent on treatment

type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may

be amended from time to time) or equivalent for the county of Essex and the unitary

authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum

Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 8: Treatment of Food Waste Only – ECC and SCC – 10,000 tonnes per annum

Lot No

8

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant

legislation to produce a marketable end product which meets (dependent on treatment

type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may

be amended from time to time) or equivalent for the county of Essex and the unitary

authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum

Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 9: Treatment of Food Waste Only – ECC and SCC – 5,000 tonnes per annum

Lot No

9

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant

legislation to produce a marketable end product which meets (dependent on treatment

type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may

be amended from time to time) or equivalent for the county of Essex and the unitary

authority of SCC. The Contractor for this lot will be provided with Guaranteed Minimum

Tonnage (GMT) equivalent to 70% of their awarded tonnage in each Contract Year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 10: Treatment of Green Waste Only - SCC – 10,000 tonnes per annum

Lot No

10

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

PAS 100/Quality Protocol or PAS110/Quality protocol standards (as may be amended from

time to time) or equivalent for SCC. SCC are considering their options with regards to green

waste disposal therefore we have included their requirement as a separate lot from ECC's

should they wish to take up any tonnage through this contract. This lot will be based on a

zero-minimum tonnage.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 11: Treatment of Green Waste Only - Tonnage with later commencement date (estimated from April 2024) – 20,500 tonnes per annum maximum

Lot No

11

two.2.2) Additional CPV code(s)

  • 77120000 - Composting services
    • FC01 - For waste disposal
  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of green garden waste in accordance with all relevant legislation to

produce a marketable end product which meets (dependent on treatment type) either the

compost PAS 100/Quality Protocol or anaerobic digestate PAS 110/Quality Protocol

standards (as may be amended from time to time) or equivalent for the County of Essex. Lot

1F has an anticipated Service Commencement Date of 01/04/2024, however this date is

subject to change and will be confirmed prior to signature of the contract for this lot. There

will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 12: Treatment of Food Waste Only - Tonnage with later commencement date (estimated from April 24) - 10,000 tonnes per annum maximum

Lot No

12

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
    • FC01 - For waste disposal
  • 90510000 - Refuse disposal and treatment
    • FC01 - For waste disposal
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
    • FC01 - For waste disposal

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt and treatment of separately collected food waste in accordance with all relevant

legislation to produce a marketable end product which meets (dependent on treatment

type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may

be amended from time to time) or equivalent for the county of Essex and the unitary

authority of SCC. Lot 3E has an anticipated Service Commencement Date of 01/04/2024,

however this date is subject to change and will be confirmed prior to signature of the

contract for this lot. There will be zero Guaranteed Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an extension period of five years in total, beyond the initial contract term

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 13: Transfer and Transport (Haulage) - ECC – Brentwood – 6,000 tonnes per annum - Earlier commencement date (from January 23)

Lot No

13

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90524300 - Removal services of biological waste

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of Municipal Biowaste originating from a variety of waste operations to dedicated treatment

facilities/disposal points as directed by the Customer. The Authority will also be direct

delivering tonnage through its own transport arrangements. There will be zero Guaranteed

Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 January 2023

End date

1 January 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 14: Transfer and Transport - ECC – Basildon – 19,000 tonnes per annum - Earlier commencement date (from January 23)

Lot No

14

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90524300 - Removal services of biological waste

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of

Municipal Biowaste originating from a variety of waste operations to dedicated treatment

facilities/disposal points as directed by the Customer. The Authority will also be direct

delivering tonnage through its own transport arrangements. There will be zero Guaranteed

Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 January 2023

End date

1 January 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 15: Transfer and Transport - ECC – Rochford – 12,500 tonnes per annum - Earlier commencement date (from January 23)

Lot No

15

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90524300 - Removal services of biological waste

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of

Municipal Biowaste originating from a variety of waste operations to dedicated treatment

facilities/disposal points as directed by the Customer. The Authority will also be direct

delivering tonnage through its own transport arrangements. There will be zero Guaranteed

Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 January 2023

End date

1 January 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 16: Transfer and Transport - ECC – Castle Point – 9,000 tonnes per annum - Earlier Commencement date - Earlier commencement date (from January 23)

Lot No

16

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90524300 - Removal services of biological waste

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Receipt of waste at agreed Contractor Tipping Points for bulking and onward transport of

Municipal Biowaste originating from a variety of waste operations to dedicated treatment

facilities/disposal points as directed by the Customer. The Authority will also be direct

delivering tonnage through its own transport arrangements. There will be zero Guaranteed

Minimum Tonnage (GMT) for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 January 2023

End date

1 January 2028

This contract is subject to renewal

Yes

Description of renewals

The contract shall have the option to extend in any number of periods not exceeding an

extension period of five years in total, beyond the initial five year contract term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.2) Time limit for receipt of tenders or requests to participate

Date

12 September 2022

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

11 August 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Council considers that this contract may be suitable for economic operators that are

Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based

solely on the criteria set out for the procurement.

The estimated total value set out under II.1.5 of this contract notice is the total estimated

contract value including the maximum five year extension period with an inflation estimate

included.

For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal

https://procontract.due-north.com throughout the procurement process, and all

communications with Essex County Council relating to this procurement exercise must be

via the portal's messaging system.

Supplier registration on the portal is free of charge and can be done via:

https://procontract.due-north.com/

It is recommended that any bidder not already registered on the ProContract eSourcing

portal, register at the earliest opportunity. The Council reserves the right to amend

timescales for any reason and change the evaluation criteria where necessary for example if

there are genuine omissions or mistakes. We also reserve the right to cancel the

procurement exercise and/or not to award all or part of a contract. The Council will not be

responsible for any costs incurred by bidders in relation to this procurement exercise.

Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the

Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this

information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this

information, identify clearly the specific information it does not wish to be disclosed and

specify clearly the reasons for its sensitivity. Essex County Council shall take such

statements into consideration in the event that it receives a request pursuant to FOIA and

EIR which relations to the information provided by a supplier. However, if the information is

requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such

information, irrespective of the suppliers wishes. Please note that it is not sufficient to

include a statement of confidentiality encompassing all the information provided in the

response.

Bidders are advised there is a short turn around time for acceptance of Awarded Lots at the Outcome stage, full details of this condition are explained in Document 1. 0981 - Open ITT Bidder Guidance v1.0, Page 8, Paragraph 20.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom