Section one: Contracting authority
one.1) Name and addresses
Erewash Borough Council
Town Hall
Ilkeston
DE7 5RP
Contact
Ms Eloise Keeble
Telephone
+44 1159072244
Country
United Kingdom
Region code
UKF13 - South and West Derbyshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
EBCT 358 - Tender for the processing of co-mingled kerbside recyclables
Reference number
DN700915
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking a Contractor for the provision of processing co-mingled kerbside recyclables. The Service will include the receipt and sorting of co-mingled dry recycling delivered by the Council, the transportation and delivery of the sorted material to processors and merchants and the further sorting or final disposal of any non-recyclable or other unacceptable waste arising from the sorting process. The intention of the Service is to maximise the recovery of dry recycled materials whilst ensuring the most financially advantageous position for the Council
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKF13 - South and West Derbyshire
two.2.4) Description of the procurement
This Contract is for the receipt and sorting of co-mingled dry recycling delivered by the Council. It includes the transportation and delivery of the sorted material to processors and merchants, and the further sorting or final disposal of any non-recyclable or other unacceptable waste arising from the sorting process. The Contractor of the Service shall ensure that:
• Dry recycling is received at a specified delivery point from where it will be processed or temporarily stored before being transported to another location for processing by the Contractor or an Agent appointed by the Contractor;
• Dry recycling is properly sorted so as to maximise recovery, optimise the output quality, maximise the tonnage and revenue derived;
• Markets are identified and used to achieve the most advantageous net market price for sorted materials;
• Any non-recyclable or other unacceptable waste arising from the sorting process is retained by the Contractor (unless otherwise agreed) for further sorting or sent to a suitably licensed facility for further treatment and/or final disposal;
• The Council will generally deliver dry recycling to the specified delivery point using single bodied 26 tonne refuse collection vehicles.
As a guide the annual tonnages of co-mingled dry recycling collected for the last three years is as follows:
2020-21, 10,974
2021-22, 10,425
2022-23, 9,203
Full details can be found within the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Distance / Weighting: 10
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £4,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
There are options to extend for 2 further periods of up to 12 months each.
two.2.10) Information about variants
Variants will be accepted: Yes
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 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 January 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 January 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If no extension taken, November 2026. If 12 month extension taken, November 2027. If further 12 month extension taken, November 2028
six.4) Procedures for review
six.4.1) Review body
Erewash Borough Council
Ilkeston
Country
United Kingdom