Tender

CP2322-22 Contract for the secure collection and disposal of Leachate effluent from closed landfill sites

  • Devon County Council

F02: Contract notice

Notice identifier: 2023/S 000-037396

Procurement identifier (OCID): ocds-h6vhtk-042722

Published 20 December 2023, 9:57am



Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Mr Jamie Heavens

Email

jamie.heavens@devon.gov.uk

Telephone

+44 1392381548

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.devon.gov.uk

one.3) Communication

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

www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.supplyingthesouthwest.org.uk

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

CP2322-22 Contract for the secure collection and disposal of Leachate effluent from closed landfill sites

Reference number

DN703732

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 primary requirement of the Service is for the Contractor to safely collect Contract Waste from the Waste Collection Points and transport the same to their authorised Nominated Waste Disposal Points for disposal.

Leachate effluent at the Waste Collection Points may be contained within a leachate holding lagoon or in a storage tank.

The Contractor may choose, at no extra cost to the Authority, to temporarily store the collected leachate effluent at an authorised storage facility until such time when the Contractor is able to transport the waste to an authorised disposal facility.

The Service also entails cleaning out settling lagoons at locations indicated in the Specification. This involves the removal of leachate from the lagoons, removal of debris and sediments and their subsequent disposal at authorised disposal facilities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC

two.2.4) Description of the procurement

The primary requirement of the Service is for the Contractor to safely collect Contract Waste from the Waste Collection Points and transport the same to their authorised Nominated Waste Disposal Points for disposal.

Leachate effluent at the Waste Collection Points may be contained within a leachate holding lagoon or in a storage tank.

The Contractor may choose, at no extra cost to the Authority, to temporarily store the collected leachate effluent at an authorised storage facility until such time when the Contractor is able to transport the waste to an authorised disposal facility.

The Service also entails cleaning out settling lagoons at locations indicated in the Specification. This involves the removal of leachate from the lagoons, removal of debris and sediments and their subsequent disposal at authorised disposal facilities.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

End date

31 March 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Subject to mutual agreement, a further period or periods totalling to a maximum of 24 further months beyond the Initial Term.

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

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

22 January 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

22 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their

participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked 'confidential' or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking. Tender documents are accessible via www.supplyingthesouthwest.org.uk . All expressions of interest are to be made via

www.supplyingthesouthwest.org.uk. All questions or enquiries regarding the tender are to be asked via the messaging function within the opportunity through www.supplyingthesouthwest.org.uk

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom