Opportunity

PLACE025. Provision and Operation of Waste Transfer Stations

  • Derbyshire County Council
  • Derby City Council

F02: Contract notice

Notice reference: 2021/S 000-027472

Published 2 November 2021, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

Derbyshire County Council

Chatsworth Hall

Matlock

DE4 3FW

Contact

Mr Tim Dence

Email

tim.dence@derbyshire.gov.uk

Telephone

+44 1629532200

Country

United Kingdom

NUTS code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

http://www.derbyshire.gov.uk/

Buyer's address

http://www.derbyshire.gov.uk/

one.1) Name and addresses

Derby City Council

Council House Corperation Street

Derby

Email

tim.dence@derbyshire.gov.uk

Country

United Kingdom

NUTS code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

https://www.derby.gov.uk/

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

https://procontract.due-north.com/Advert?advertId=3142c107-e63b-ec11-810e-005056b64545&fromProjectDashboard=True

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/Advert?advertId=3142c107-e63b-ec11-810e-005056b64545&fromProjectDashboard=True

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

Internet address

https://www.derbyshire.gov.uk