- Scope of the procurement
- Lot 1. Reprocessing of separately collected Food Waste for the whole of the Warwickshire County (all five Warwickshire Waste Collection Authorities
- Lot 2. Reprocessing of separately collected Food Waste - Warwick District Council and Stratford-on-Avon District Council
- Lot 3. Reprocessing of separately collected Food Waste from - North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council and Rugby Borough Council.
Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
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
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