Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Emma Whitten
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
1014 Medium-Term Residual Waste Treatment Contract
Reference number
DN670558
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) are seeking to procure residual waste treatment services for
Contract Waste delivered to the Contractor by the Authority and/or its Approved Suppliers.
The Service requirements will be divided into four separate contract Lots as follows:
Lot 1: WCA Residual Waste - 175,000 tonnes per annum
Lot 2: WCA Residual Waste - 80,000 tonnes per annum
Lot 3: WCA Residual Waste - 40,000 tonnes per annum
Lot 4: Bulky Waste - 42,000 tonnes per annum
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,139,000,000
two.2) Description
two.2.1) Title
Lot 1: WCA Residual Waste - 175,000 tonnes per annum
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
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.2.14) Additional information
ECC 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 of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.
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 ECC 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.
ECC 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. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
ECC 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. ECC 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, ECC 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.
two.2) Description
two.2.1) Title
Lot 2: WCA Residual Waste - 80,000 tonnes per annum
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
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.2.14) Additional information
ECC 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 of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.
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 ECC 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.
ECC 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. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
ECC 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. ECC 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, ECC 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.
two.2) Description
two.2.1) Title
Lot 3: WCA Residual Waste - 40,000 tonnes per annum
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
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.2.14) Additional information
ECC 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 of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.
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 ECC 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.
ECC 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. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
ECC 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. ECC 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, ECC 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.
two.2) Description
two.2.1) Title
Lot 4: Bulky Waste - 42,000 tonnes per annum
Lot No
4
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
ECC is the Waste Disposal Authority for Essex and is responsible for the management of circa 337,000 tonnes of Residual Waste and Bulky Waste per annum. ECC works with 12 district, city and borough councils that make up the Waste Collection Authorities across Essex. This contract is being procured to ensure Contract Waste is disposed of through the most economic and sustainable solutions.
The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals including the guaranteed recycling and recovery rates proposed.
The Contractor will be paid a monthly base payment that ensures the Contractor receives payment for at least their Bidback percentage guaranteed minimum tonnage per year, up to a maximum Bidback value of 80% of the Lot tonnage.
The Contractor may be requested to dispose of waste volumes up to 20% higher than the awarded Lot tonnages each Contract year.
The Contract will have an initial term of seven (7) years and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 55
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.2.14) Additional information
ECC 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 of all four contract lots including an assumed 20% additional tonnage for treatment which may be requested, together with an inflation estimate, including the maximum seven-year extension period. This figure was calculated with an estimated potential Emissions Trading Scheme burden of £309,300,000 from Contract years three (3) to fourteen (14) based on information available at the time of tender publication.
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 ECC 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.
ECC 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. ECC will not be responsible for any costs incurred by bidders in relation to this procurement exercise.
ECC 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. ECC 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, ECC 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.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-007587
Section five. Award of contract
Contract No
Lot 1
Lot No
1
Title
1014 Medium-Term Residual Waste Treatment Contract Lot 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 August 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Indaver Rivenhall Limited
Kao Hockham Building, Edinburgh Way
Harlow
CM20 2NQ
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £127,426,773
Lowest offer: £1 / Highest offer: £1,139,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 7 %
Short description of the part of the contract to be subcontracted
Treatment of waste to be subcontracted at the beginning of the contract until main facility is operational.
Section five. Award of contract
Contract No
Lot 2
Lot No
2
Title
1014 Medium-Term Residual Waste Treatment Contract Lot 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 August 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Indaver Rivenhall Limited
Kao Hockham Building, Edinburgh Way
Harlow
CM20 2NQ
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £63,138,486
Lowest offer: £1 / Highest offer: £1,139,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 7 %
Short description of the part of the contract to be subcontracted
Treatment of waste to be subcontracted at the beginning of the contract until main facility is operational.
Section five. Award of contract
Contract No
Lot 3
Lot No
3
Title
1014 Medium-Term Residual Waste Treatment Contract Lot 3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 August 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Indaver Rivenhall Limited
Kao Hockham Building, Edinburgh Way
Harlow
CM20 2NQ
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £31,569,243
Lowest offer: £1 / Highest offer: £1,139,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 7 %
Short description of the part of the contract to be subcontracted
Treatment of waste to be subcontracted at the beginning of the contract until main facility is operational.
Section five. Award of contract
Contract No
Lot 4
Lot No
4
Title
1014 Medium-Term Residual Waste Treatment Contract Lot 3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 August 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Indaver Rivenhall Limited
Kao Hockham Building, Edinburgh Way
Harlow
CM20 2NQ
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £49,897,498
Lowest offer: £1 / Highest offer: £1,139,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 29 %
Short description of the part of the contract to be subcontracted
Treatment of waste to be subcontracted at the beginning of the contract until main facility is operational.
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2L
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
Telephone
+44 2079476000
Country
United Kingdom