Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
1 Staffordshire Place
STAFFORD
ST162LP
Contact
Matthew Sutton
matthew.sutton@staffordshire.gov.uk
Telephone
+44 1785854648
Country
United Kingdom
Region code
UKG24 - Staffordshire CC
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.1) Name and addresses
East Staffordshire Borough Council
East Staffordshire Borough Council
paul.farrer@eaststaffsbc.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.1) Name and addresses
(Lichfield District Council (East) and Tamworth Borough Council
(Lichfield District Council (East) and Tamworth Borough Council
Nigel.Harris@lichfielddc.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.1) Name and addresses
Lichfield District Council (West)
Lichfield District Council (West)
Nigel.Harris@lichfielddc.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.1) Name and addresses
Cannock Chase District Council
Cannock Chase District Council
JossPresland@cannockchasedc.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.1) Name and addresses
South Staffordshire Council & Newcastle-Under-Lyme Borough Council
South Staffordshire Council & Newcastle-Under-Lyme Borough Council
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Partnership
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint 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
FRAMEWORK AGREEMENT FOR THE PROCESSING OF DRY RECYCLING MATERIALS
Reference number
IA2180
two.1.2) Main CPV code
- 90513100 - Household-refuse disposal services
two.1.3) Type of contract
Services
two.1.4) Short description
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
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: £50,000,000
two.2) Description
two.2.1) Title
East Staffordshire Borough Council
Lot No
1
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
two.2) Description
two.2.1) Title
Lichfield District Council (East) and Tamworth Borough Council
Lot No
2
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
two.2) Description
two.2.1) Title
Lichfield District Council (West)
Lot No
3
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
two.2) Description
two.2.1) Title
Cannock Chase District Council
Lot No
4
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
two.2) Description
two.2.1) Title
South Staffordshire Council
Lot No
5
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
two.2) Description
two.2.1) Title
Newcastle-Under-Lyme Borough Council
Lot No
6
two.2.2) Additional CPV code(s)
- 90513100 - Household-refuse disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overall description - The provision of a service to receive and handle, and subsequently sort Dry Recycling Materials, either directly or via Delivery Point(s),
The transfer of the Sorted Output Materials to suitable Outlets.
The provision of a complete record of all Dry Recycling Materials delivered, the Outlets and the final destination of Sorted Output Materials ('SOM') and any Contamination,
The provision of a suitably located Delivery Point(s), either a Waste Transfer Station (WTS) from which the Provider will transfer the delivered Dry Recycling Materials, or direct delivery to a suitable Facility, for processing (Lots 1 and 6 require the Provider to use pre-arranged WTS, whereas Lots 2-5 require the Provider to provide suitable Delivery Points),
Waste composition analysis of the Dry Recycling Materials to comply with the requirements of the Environmental Permitting (England and Wales) (Amendment) Regulations 2014, updated
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that each Authority, per lot, will award a call-off contract to their Framework with a duration of 3 years with options to extend up to 3 times, each of 12 months duration (3+1+1+1).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-000278
Section five. Award of contract
Lot No
LOT 1
Title
East Staffordshire Borough Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 August 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SUEZ Recycling and Recovery UK
Maidenhead
Country
United Kingdom
NUTS code
- UK - United Kingdom
SUEZ Recycling and Recovery UK
SUEZ Recycling and Recovery UK
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section five. Award of contract
Lot No
2
Title
Lichfield District Council (East) and Tamworth Borough Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 September 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services
High Wycombe
Country
United Kingdom
NUTS code
- UK - United Kingdom
Biffa Waste Services
Biffa Waste Services
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section five. Award of contract
Lot No
3
Title
Lichfield District Council (West)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 September 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services
High Wycombe
Country
United Kingdom
NUTS code
- UK - United Kingdom
Biffa Waste Services
Biffa Waste Services
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section five. Award of contract
Lot No
4
Title
Cannock Chase District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 July 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services
High Wycombe
Country
United Kingdom
NUTS code
- UK - United Kingdom
Biffa Waste Services
Biffa Waste Services
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section five. Award of contract
Lot No
4
Title
South Staffordshire Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 August 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services
High Wycombe
Country
United Kingdom
NUTS code
- UK - United Kingdom
Biffa Waste Services
Biffa Waste Services
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section five. Award of contract
Lot No
6
Title
Veolia ES (UK)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 August 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Veolia ES (UK)
Veolia ES (UK)
Country
United Kingdom
NUTS code
- UK - United Kingdom
Veolia ES (UK)
Veolia ES (UK)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £8,333,333
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Stafford
ST16 2DH
Country
United Kingdom