Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Emma Whitten
Telephone
+44 3330136770
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Southend-on-Sea City Council
Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6ER
Contact
Lee White
procurementops@southend.gov.uk
Country
United Kingdom
Region code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
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