Opportunity

0988 Medium-Term Residual Waste Treatment Contract

  • Essex County Council

F02: Contract notice

Notice reference: 2022/S 000-034670

Published 7 December 2022, 3:45pm



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

NUTS 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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

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/

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

0988 Medium-Term Residual Waste Treatment Contract

Reference number

DN640717

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 the County of Essex.

The Service requirements will be divided into three separate contract Lots as follows:

Lot 1: Treatment of Contract Waste up to the Maximum Tonnage limit of 200,000 tonnes per annum

Lot 2: Treatment of Contract Waste up to the Maximum Tonnage limit of 100,000 tonnes per annum

Lot 3: Treatment of Contract Waste up to the Maximum Tonnage limit of 50,000 tonnes per annum

two.1.5) Estimated total value

Value excluding VAT: £867,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1: Treatment of Contract Waste up to the Maximum Tonnage limit of 200,000 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 350,000 tonnes of residual waste per annum. ECC works with 12 district 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 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 an annual 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 (or up to seven and a half years where an earlier Services Commencement Date is agreed between 1 October 2023 and 31 March 2024) and may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years.

Full details of the requirements can be found in the ISIT pack.

two.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 36

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Carbon Management Plan / Weighting: 4

Price - Weighting: 55

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years beyond the initial contract term.

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 2: Treatment of Contract Waste up to the Maximum Tonnage limit of 100,000 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 350,000 tonnes of residual waste per annum. ECC works with 12 district 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 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 an annual 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 (or up to seven and a half years where

an earlier Services Commencement Date is agreed between 1 October 2023 and 31 March

2024) and may be extended by agreement in any number of periods not exceeding a total of

a further seven (7) years.

Details of the requirements can be found in the ISIT pack

two.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 36

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Carbon Management Plan / Weighting: 4

Price - Weighting: 55

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years beyond the initial contract term.

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 3: Treatment of Contract Waste up to the Maximum Tonnage limit of 50,000 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 350,000 tonnes of residual waste per annum. ECC works with 12 district 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 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 an annual 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 (or up to seven and a half years where

an earlier Services Commencement Date is agreed between 1 October 2023 and 31 March

2024) and may be extended by agreement in any number of periods not exceeding a total of

a further seven (7) years.

Details of the requirements can be found in the ISIT pack

two.2.5) Award criteria

Quality criterion - Name: Technical Ability / Weighting: 36

Quality criterion - Name: Social Value / Weighting: 5

Quality criterion - Name: Carbon Management Plan / Weighting: 4

Price - Weighting: 55

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended by agreement in any number of periods not exceeding a total of a further seven (7) years beyond the initial contract term.

two.2.10) Information about variants

Variants will be accepted: No

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2021/S 000-005947

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Authority reserves the right to accept initial Tenders (following any necessary clarification) or to conduct one or more rounds of negotiation.

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 three contract lots including an assumed 20% additional tonnage which may be requested, together with an inflation estimate, including the maximum seven-year extension period.

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.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

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