- Scope of the procurement
- 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
Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Emma Whitten
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
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