Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Ms Pav Kaur
Telephone
+44 1163056855
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=fa73484c-a14e-ec11-810e-005056b64545
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/Index?advertId=fa73484c-a14e-ec11-810e-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Treatment of Green Waste in Leicestershire
Reference number
DN583383
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicestershire County Council (“the Council”) directs green waste under its control to one of a number of composting facilities in the midlands region to ensure such waste is directed away from landfill mitigating the carbon impact of the management of such waste. Some of these composting facilities are now at the end of their contract term. The Council therefore wishes to procure additional capacity to treat such green waste whilst ensuring that forthcoming national changes to local authority waste management activities can be accommodated. The likely commencement date for this contract is 1st April 2022 and will continue until at least 31st March 2024 after which either the Council or the successful bidders would be able to break from the Contract (subject to written notice). Subject to neither the Council or the successful bidders issuing such the break notice the maximum term of the contracts shall not exceed 15 years.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
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: 3
two.2) Description
two.2.1) Title
Treatment of Green Waste in Leicestershire (North-East)
Lot No
1
two.2.2) Additional CPV code(s)
- 77120000 - Composting services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
The region of Leicestershire currently manages household waste through a two-tier authority system with seven Waste Collection Authorities (WCAs) and one Waste Disposal Authority (the Council). In 2019, a total of circa 331,000 tonnes per annum (pa) of municipal waste was collected from both commercial and household premises by these authorities of which approximately 65,000 tonnes pa was green waste. Of this green waste the Council currently manages approximately 42,000 tonnes pa through contracted facilities (with the remainder being managed directly by the WCAs). Of the green waste managed by the Council c. 14,000 tonnes pa arises from the Council’s own Household Waste Recycling Centres (HWRC) with the remainder arising from directed WCA kerbside collections. The Council currently anticipates that it initially requires a treatment solution (either aerobic composting or anaerobic digestion) of at least 5,000 tonnes pa of green waste but is subject to change over the contract term due to local and national drivers. The Council intends to award three contracts (via three Lots) to manage green waste that primarily arises in the North-East, South and South-East of the county of Leicestershire (although noting green waste may be delivered from any area of Leicestershire under any of the contracts). The contract will be primarily for green waste under the direction of the Council but may include green waste that is under the direct control of the WCAs. Such green waste would be incorporated into the overall tonnage requirements under the contract. The additional contracting authorities included in this notice are Blaby District Council, Harborough District Council, Hinckley and Bosworth Borough Council, Melton Borough Council, North West Leicestershire District Council. The potential total contract value across all lots could therefore vary from £1,000,000 to £7,000,000 over the potential fifteen-year period but is subject to the total tonnage treated.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The commencement date for this contract is expected to be 01/04/2022 and would continue until at least 2024. Either party will be able to break from the contract from 31/03/2024. The contracts would otherwise continue up to the maximum contract term of 15 years. Duration in II.2.7 is the maximum of 15 years. Minimum duration is 24 months.
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
Lot 1 is for the treatment of Green Waste by aerobic composting or anaerobic digestion arising from Recycling and Household Waste Sites or kerbside collections primarily (but not exclusively) arising in the north-east of Leicestershire.
two.2) Description
two.2.1) Title
Treatment of Green Waste in Leicestershire (South)
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
Lot 2 is for the treatment of Green Waste by aerobic composting or anaerobic digestion arising from Recycling and Household Waste Sites or kerbside collections primarily (but not exclusively) arising in the south of Leicestershire.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The commencement date for this contract is expected to be 01/04/2022 and would continue until at least 2024. Either party will be able to break from the contract from 31/03/2024. The contracts would otherwise continue up to the maximum contract term of 15 years. Duration in II.2.7 is the maximum of 15 years. Minimum duration is 24 months.
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
Treatment of Green Waste in Leicestershire (South-East)
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
Lot 3 is for the treatment of Green Waste by aerobic composting or anaerobic digestion arising from Recycling and Household Waste Sites or kerbside collections primarily (but not exclusively) arising in the south-east of Leicestershire
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The commencement date for this contract is expected to be 01/04/2022 and would continue until at least 2024. Either party will be able to break from the contract from 31/03/2024. The contracts would otherwise continue up to the maximum contract term of 15 years. Duration in II.2.7 is the maximum of 15 years. Minimum duration is 24 months.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated within the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All requests for clarifications (whether in relation to this Notice, the requirements, or the procurement process) should be submitted as soon as possible using the “Messaging” facility on the www.eastmidstenders.org procurement portal. Any questions relating to the operation of the portal itself should be submitted to Due North using the contact details as below:
The Due North Technical Support Team:
You should email ProContractSuppliers@proactis.com for all support issues. This will auto-log a support ticket in the new PROACTIS Supplier Support Helpdesk. http://proactis.kayako.com/default
On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets.
In emergency situations you can contact the Supplier Support Service Desk on +44 (0)330 005 0352 this should be by exception and not as a rule and you should already have logged a support ticket prior to your call.
The Authority will respond to all reasonable clarifications as soon as possible through publishing the Tenderers' questions and the Authority's response to them on the e-tendering portal (Clarifications Log). If a Tenderer wishes the Authority to treat a clarification as confidential and not issue the response to all Tenderers, it must state this when submitting the clarification. If, in the opinion of the Authority, the clarification is not confidential, the Authority will inform the Tenderer and it will have an opportunity to withdraw it. If the clarification is not withdrawn, the response will be issued to all Tenderers. Clarification questions will be responded to as soon as possible and as they are received. Questions and responses will be circulated to all tenderers via the messaging facility on the portal.
Please note that any correspondence issued to you from the Authority, via the portal, will be sent to the person who is the named registered person on the portal for your organisation. If your organisation has registered multiple contacts, communication will be directed to the person who expressed an interest in this specific contract on behalf of your organisation. Tenderers are advised to make sure that this named registered person shares correspondence with all colleagues who are participating in this procurement. The Authority is not responsible if the named registered person does not share information and/or documents supplied to them via the portal.
If a Tenderer no longer wishes to participate in the procurement then they should “Opt Out” on the portal.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
At the point of information on the award of the contract, the Council will incorporate a minimum 10 calendar days standstill period as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.