Section one: Contracting authority
one.1) Name and addresses
Derbyshire County Council
Chatsworth Hall
Matlock
DE4 3FW
Contact
Mr Tim Dence
Telephone
+44 1629532200
Country
United Kingdom
NUTS code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Derby City Council
Council House Corperation Street
Derby
Country
United Kingdom
NUTS code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
PLACE025. Provision and Operation of Waste Transfer Stations
Reference number
DN572844
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
The Waste Transfer Station Contract is split into 3 separate Lots as follows. More details are given within the Introductory Description as part of the Procurement pack
The provision of WTS Services is indicatively set to commence at the start of October 2022 (indicatively 03/10/2022).The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Register for an interest, access documents and submit response using this link >> https://procontract.due-north.com/Advert?advertId=3142c107-e63b-ec11-810e-005056b64545&fromProjectDashboard=True
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: 3
two.2) Description
two.2.1) Title
Clover Nook WTS and all disposal
Lot No
1
two.2.2) Additional CPV code(s)
- 45232470 - Waste transfer station
- FC01 - For waste disposal
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
The Contractor will be responsible for:
• the management of the Clover Nook WTS
• the receipt and bulking up of WCA delivered wastes Clover Nook WTS
• the collection of WCA delivered wastes from the Lot 2 contractor and Lot 3 contractor nominated WTS.
• the collection of WCA delivered wastes, and HWRC residual waste from the Waterswallows WTS.
• the disposal of all waste arising at Clover Nook, Waterswallows WTS and all Lot 2 and Lot 3 contractor nominated WTS.
The Councils will favour a solution that maximises recycling and diversion from landfill. The Lot 1 Contractor will not be permitted to landfill more than [15%] of Contract Waste. Bidders are invited to improve on this minimum standard in their bid backs.
The Waterswallows WTS receives residual wastes from the adjacent HWRC. These tonnages are included in reported residual waste tonnages for Waterswallows WTS. The Waterswallows WTS is currently not permitted to receive hazardous wastes which is why High Peak Borough Council direct deliver their hazardous wastes into the incinerator at Oldham. The County has engaged Suez to amend the permit to receive such wastes. The County intend that the permit will be amended to receive such wastes by the Services Commencement Date.
The Lot 2 contractor may, for up to 5,000 tonnes, propose Reception Points that are within 10 miles (by classified roads) of the northern boundaries of the districts of North East Derbyshire and/or Bolsover that enable direct delivery to waste treatment facilities. Any such wastes will not therefore be the responsibility of the Lot 1 Contractor with regards to the disposal of this waste.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
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
Chesterfield TLS operation only
Lot No
2
two.2.2) Additional CPV code(s)
- 45232470 - Waste transfer station
- FC01 - For waste disposal
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
The Lot 2 Contractor will be responsible for providing WTS capacity in the region of 60,000 tonnes per annum. This can be provided using a single WTS within Chesterfield Borough Council or within 5 miles of the Chesterfield Borough Council boundary. The provision of a single WTS within this area will be a compliant solution. However, Bidders are also able to provide a compliant solution comprising a combination of WTSs and Treatment facilities, providing that:
• At least one WTS capable of receiving 40,000 tonnes per annum is in or within 5 miles of the boundary of the Borough of Chesterfield.
• Any additional facilities are located in the northern areas of North East Derbyshire District Council or Bolsover District Council
or
• within 10 miles (by classified roads) of the District Councils boundaries set within the blue box in Figure 1 below. Such facilities should be for the receipt and disposal of no more than 5,000 tonnes of waste from the most northerly communities of North East Derbyshire District Council or Bolsover District Councils
Where a Bidder is unable to propose a facility that can receive hazardous waste, the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as their proposed WTS for hazardous waste. This approach will be confirmed through dialogue.
Where a Bidder is unable to propose facilities that can receive the additional waste in excess of circa [45,000], the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as an alternative WTS. This approach will be confirmed through dialogue.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
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
Derby, Stanton and Wilshees operation only
Lot No
3
two.2.2) Additional CPV code(s)
- 45232470 - Waste transfer station
- FC01 - For waste disposal
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
The Lot 3 Contractor will be responsible for providing WTS capacity in excess of 110,000 tonnes per annum. This could be provided using a single WTS capable of receiving all waste streams (including hazardous waste) within the boundary of Derby City Council. However, the County is currently able to provide Erewash Borough Council and South East Derbyshire District Councils with tipping locations that are in, or close to their boundaries. The County would wish to retain this provision, providing it remained cost effective to do so. Therefore, the Lot 3 Contractor could enhance their solution by providing additional (one or more) WTSs for the receipt of WCA delivered waste within:
• the boundary of the Borough of Erewash; and/or
• 10 (ten) miles of the town of Swadlincote
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £17,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
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
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 November 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
six.4) Procedures for review
six.4.1) Review body
Derbyshire County Council
Derbyshire
Country
United Kingdom