Contract

WCC - Reprocessing of separately collected food waste

  • Warwickshire County Council

F03: Contract award notice

Notice identifier: 2023/S 000-033621

Procurement identifier (OCID): ocds-h6vhtk-03d3bd

Published 14 November 2023, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Email

wastetenders@warwickshire.gov.uk

Country

United Kingdom

Region code

UKG13 - Warwickshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.warwickshire.gov.uk

Buyer's address

www.warwickshire.gov.uk/procurement

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

WCC - Reprocessing of separately collected food waste

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Warwickshire County Council is a waste disposal authority and was seeking to appoint a Supplier(s) for the reprocessing of separately collected Food Waste.

The value of the contract is an income. The income is based on an estimated tonnage for each WCA, the tendered price and covers the maximum term of 10 years.

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: £5,200,000

two.2) Description

two.2.1) Title

Reprocessing of separately collected Food Waste for the whole of the Warwickshire County (all five Warwickshire Waste Collection Authorities

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

The waste will arise in Warwickshire.

two.2.4) Description of the procurement

Contract for the reprocessing of separately collected Food Waste in Warwickshire.

two.2.5) Award criteria

Quality criterion - Name: Capacity / Weighting: 1.2

Quality criterion - Name: Opening hours / Weighting: 1.8

Quality criterion - Name: Acceptance and monitoring / Weighting: 3

Quality criterion - Name: Vehicles and turnaround times / Weighting: 3

Quality criterion - Name: Reprocessing details / Weighting: 6

Quality criterion - Name: Carbon / Weighting: 4.5

Quality criterion - Name: Breaches / Weighting: 4.5

Quality criterion - Name: Health and safety training / Weighting: 4.5

Quality criterion - Name: Health and safety training monitoring / Weighting: 1.5

Cost criterion - Name: Annual service cost / Weighting: 60

Cost criterion - Name: Social value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

The initial contract term will be 5 years; the Council reserves the right to extend the Contract as laid out in the contract by further periods not exceeding 60 months in total (maximum possible term - 10 years).

two.2.14) Additional information

Please note that the additional services within Lot 1 (North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council) will not necessarily run on a 10 year basis or at all. The services will run on a co-terminus basis with Warwick District Council and Stratford-on-Avon District Council from the point at which the services commence.

The value of the contract is an income. The income is based on an estimated tonnage for each WCA, the tendered price and covers the maximum term of 10 years.

two.2) Description

two.2.1) Title

Reprocessing of separately collected Food Waste - Warwick District Council and Stratford-on-Avon District Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

The waste arises in Warwickshire

two.2.4) Description of the procurement

The contract covers the reprocessing of separately collected Food Waste from the following two Waste Collection Authorities - Warwick District Council and Stratford-on-Avon District Council.

two.2.5) Award criteria

Quality criterion - Name: Capacity / Weighting: 1.2

Quality criterion - Name: Opening hours / Weighting: 1.8

Quality criterion - Name: Acceptance and monitoring / Weighting: 3

Quality criterion - Name: Vehicles and turnaround times / Weighting: 3

Quality criterion - Name: Reprocessing details / Weighting: 6

Quality criterion - Name: Carbon / Weighting: 4.5

Quality criterion - Name: Breaches / Weighting: 4.5

Quality criterion - Name: Health and safety training / Weighting: 4.5

Quality criterion - Name: Health and safety monitoring / Weighting: 1.5

Cost criterion - Name: Annual service cost / Weighting: 60

Cost criterion - Name: Social value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

The initial contract term will be 5 years; the Council reserves the right to extend the Contract as laid out in the contract by further periods not exceeding 60 months in total (maximum possible term - 10 years).

two.2.14) Additional information

The value of the contract is an income. The income is based on an estimated tonnage for each WCA, the tendered price and covers the maximum term of 10 years.

two.2) Description

two.2.1) Title

Reprocessing of separately collected Food Waste from - North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council.

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

The waste arises in Warwickshire.

two.2.4) Description of the procurement

Reprocessing of separately collected Food Waste from the following three Waste Collection Authorities - North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council.

two.2.5) Award criteria

Quality criterion - Name: Capacity / Weighting: 1.2

Quality criterion - Name: Opening hours / Weighting: 1.8

Quality criterion - Name: Acceptance and monitoring / Weighting: 3

Quality criterion - Name: Vehicles and turnaround times / Weighting: 3

Quality criterion - Name: Reprocessing details / Weighting: 6

Quality criterion - Name: Carbon / Weighting: 4.5

Quality criterion - Name: Breaches / Weighting: 4.5

Quality criterion - Name: Health and safety / Weighting: 4.5

Quality criterion - Name: Health and safety monitoring / Weighting: 1.5

Cost criterion - Name: Annual service cost / Weighting: 60

Cost criterion - Name: Social value / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

The initial contract term will be for a period of 5 years.

However, the Council reserves the right to extend the Contract by further periods not exceeding 60 months (5 years) in total (60 months being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful bidder and the Council's requirements.

This means that the maximum possible Contract term is 10 years in total.

two.2.14) Additional information

Please note that the services within Lot 3 (North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council) will not necessarily run on a 10 year basis or at all. The services will run on a co-terminus basis with Warwick District Council and Stratford-on-Avon District Council from the point at which the services commence.

The value of the contract is an income. The income is based on an estimated tonnage for each WCA, the tendered price and covers the maximum term of 10 years.


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: 2023/S 000-015869


Section five. Award of contract

Contract No

WCC - 15750

Lot No

1

Title

Reprocessing of separately collected Food Waste for the whole of the Warwickshire County

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

WCC - 15750_L2

Lot No

2

Title

Reprocessing of separately collected Food Waste from - Warwick District Council and Stratford-on-Avon District Council;

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 October 2023

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Severn Trent Green Power Limited

The Stables, Radford

Chipping Norton

OX7 4EB

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
Companies House

04501557

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,452,890


Section five. Award of contract

Contract No

WCC - 15750_L3

Lot No

3

Title

Reprocessing of separately collected Food Waste from - North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 October 2023

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Severn Trent Green Power Limited Power

The Stables,Radford

Chipping Norton

OX7 4EB

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
Companies House

1749440

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,749,440


Section six. Complementary information

six.3) Additional information

The value of the contract is an income. The income is based on an estimated tonnage for each WCA, the tendered price and covers the maximum term of 10 years.

The tender exercise contained three Lot options, Lot 1 for the whole County and Lots 2 and 3 for separate parts of the County (based on geographical area and current and future states of collection). The Council's intention was to award either Lot 1, or Lots 2 and 3. Following evaluation, the Council has chosen to award the contract in two Lots and therefore no award was made to Lot 1.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

England

Country

United Kingdom