Contract

1014 Medium-Term Residual Waste Treatment Contract

  • Essex County Council

F03: Contract award notice

Notice identifier: 2024/S 000-030258

Procurement identifier (OCID): ocds-h6vhtk-04470a

Published 21 September 2024, 9:53am



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

Country

United Kingdom

Region code

UKH - East of England

Internet address(es)

Main address

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

Buyer's address

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

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