Tender

Materials Recovery Facility (MRF) Processing and Haulage Procurement

  • North Hertfordshire District Council
  • Hertsmere Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-040502

Procurement identifier (OCID): ocds-h6vhtk-046e1e

Published 16 December 2024, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

North Hertfordshire District Council

Council Offices, Gernon Road

Letchworth Garden City

SG6 3JF

Contact

Chloe Hipwood

Email

Chloe.Hipwood@north-herts.gov.uk

Telephone

+44 01462474000

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.north-herts.gov.uk

Buyer's address

http://www.supplyhertfordshire.uk/

one.1) Name and addresses

Hertsmere Borough Council

Elstree Way

Borehamwood

WD6 1WA

Email

ian.kershaw@hertsmere.gov.uk

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.hertsmere.gov.uk/home.aspx

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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

Materials Recovery Facility (MRF) Processing and Haulage Procurement

Reference number

NHDC013471

two.1.2) Main CPV code

  • 90514000 - Refuse recycling services

two.1.3) Type of contract

Services

two.1.4) Short description

North and East Hertfordshire Councils operate a shared waste collection, recycling and street cleaning service. Hertsmere Borough Council operates in-house waste and recycling collection services. This procurement is for the bulk transfer, direct delivery, processing and sale of recyclable materials. This procurement is being conducted on behalf of all three Councils and is led by North Hertfordshire Council (the Council). The Councils will work closely together throughout the procurement.This procurement is being conducted under the Restricted procedure and is set out as two Lots. Lot 1 is for the provision of services for North and East Hertfordshire Councils and Lot 2 is for the provision of services for Hertsmere Borough Council. The intention is to award two contracts, one for each Lot.

two.1.5) Estimated total value

Value excluding VAT: £51,700,000

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

To provide services for the bulk transfer, Processing and sale of mixed Dry Recycling from both East Hertfordshire District Council and North Hertfordshire District Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 1 to provide services for the bulk transfer, Processing and sale of mixed Dry Recycling from both East Hertfordshire District Council and North Hertfordshire District Council, which will include Household Waste collections and a small proportion from Commercial Waste collections. Tonnage and processing requirements for the first three months are different for the remainder of the contract as a consequence of New Waste Collection Services being implemented in August 2025.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

216

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Pass in all aspects and top 5 ranked scoring in the project specific/ technical questions of the Selection Questionnaire

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

To provide services for the direct delivery or waste transfer, Processing and sale of mixed Dry Recycling from Hertsmere Borough Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

To provide either direct delivery or a Waste Transfer Station and bulk transfer, Processing and sale of mixed Dry Recycling from Hertsmere Borough Council which will include Household Waste collections and a small proportion from Commercial Waste collections.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

216

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Pass in all aspects and top 5 ranked scoring in the project specific/ technical questions of the Selection Questionnaire

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-017648

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

Date

31 January 2025

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 February 2025

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council reserves the right to cancel the procurement and not to proceed with the long term contracts at any stage of the procurement process. The Council also reserves the right not to award a contract.Neither the Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for these contracts.The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council`s requirements and remain financially viable to perform the Contract.Tenderers should note that the provisions of the Transfer of Undertakings (protection of Employment)Regulations 2006 may apply.To access this procurement opportunity please visitwww.supplyhertfordshire.uk and follow the on-screen guidance. Any clarifications regarding this opportunity must be raised through the Correspondence area in the eTendering system.If you are experiencing problems with the eTendering system, In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email: support@in-tend.com or telephone +441144070065 for any website /technical questions, Monday to Friday 8:30 - 17:30.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council`s obligations under the law, including the Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final.Please note the deadline for return and allow sufficient time to make your return as late returns will not be permitted.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice High Court

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

100 St. Paul’s Churchyard

London

EC4M 8BU

Email

info@cedr.com

Telephone

+44 2075366000

Country

United Kingdom

Internet address

https://www.cedr.com/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.