Essex County Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Bio-waste Treatment, Transfer and Transport Services Framework |
Notice type: | Contract Award Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Essex County Council (ECC) and Southend-on-Sea Borough Council (Southend) are seeking to procure Bio-waste Treatment, Transfer and Transport Services via a Framework for the county of Essex and the unitary authority of Southend-on-Sea. Providers will be appointed to the Framework for various lots as described in the Services Specification set out in the Framework Agreement, namely:1. Green Waste Only 2. Food Waste Only; 3. Mixed Green and Food Waste and 4. Transfer and Transport (Haulage). The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework. |
Published: | 27/12/2018 10:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Tel. +44 3330136618, Email: claire.turner@essex.gov.uk
Contact: Claire Turner
Main Address: www.essex.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Public Contracts Regulations 2015
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Bio-waste Treatment, Transfer and Transport Services Framework
Reference number: 0554
II.1.2) Main CPV code:
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Essex County Council (ECC) and Southend-on-Sea Borough Council (Southend) are seeking to procure Bio-waste Treatment, Transfer and Transport Services via a Framework for the county of Essex and the unitary authority of Southend-on-Sea. Providers will be appointed to the Framework for various lots as described in the Services Specification set out in the Framework Agreement, namely:1. Green Waste Only 2. Food Waste Only; 3. Mixed Green and Food Waste and 4. Transfer and Transport (Haulage). The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 32,400,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Green Waste Only
Lot No:Lot 1
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal
77120000 - Composting services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Receipt and treatment of green garden waste in accordance with all relevant legislation to produce a marketable end product which meets the PAS 100/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of Southend-on-Sea. The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework. The estimated value (11.2.6) represents an upper limit for the Authority.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: ECC may, from time to time decide that an incentive scheme can be applied whereby it clearly demonstrates additional savings/value. At mini competition stage, a provider may be entitled to offer an alternative pricing mechanism if it can demonstrate additional savings/value for money to ECC. All providers have the flexibility to offer an alternative.
II.2) Description (lot no. 2)
II.2.1) Title:Food Waste Only
Lot No:Lot 2
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal
90513000 - Non-hazardous refuse and waste treatment and disposal services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Receipt and treatment of separately collected food waste in accordance with all relevant legislation to produce a marketable end product which meets (dependent on treatment type) either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of Southend-on-Sea. The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework. The estimated value (11.2.6) represents an upper limit for the Authority.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 100
Cost criterion - Name: Criterion 1 / Weighting: 0
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: ECC may, from time to time decide that an incentive scheme can be applied whereby it clearly demonstrates additional savings/value. At mini competition stage, a provider may be entitled to offer an alternative pricing mechanism if it can demonstrate additional savings/value for money to ECC. All providers have the flexibility to offer an alternative
II.2) Description (lot no. 3)
II.2.1) Title:Mixed Green And Food Waste Only
Lot No:Lot 3
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal
90513000 - Non-hazardous refuse and waste treatment and disposal services.
77120000 - Composting services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Receipt and treatment of any combination of green garden waste and food waste in accordance with all relevant legislation to produce a marketable end product which (dependent on treatment type) meets either PAS 100/Quality Protocol or PAS 110/Quality Protocol quality standard (as may be amended from time to time) or equivalent for the county of Essex and the unitary authority of Southend-on-Sea.The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework. The estimated value (11.2.6) represents an upper limit for the Authority.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: ECC may, from time to time decide that an incentive scheme can be applied whereby it clearly demonstrates additional savings/value. At mini competition stage, a provider may be entitled to offer an alternative pricing mechanism if it can demonstrate additional savings/value for money to ECC. All providers have the flexibility to offer an alternative.
II.2) Description (lot no. 4)
II.2.1) Title:Transfer and Transport (Haulage)
Lot No:Lot 4
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
FC01-8 - For waste disposal
45232470 - Waste transfer station.
FC01-8 - For waste disposal
90524300 - Removal services of biological waste.
FC01-8 - For waste disposal
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Receipt, bulk and transport of Municipal Bio-Waste originating from a variety of waste operations to dedicated treatment plants/disposal points as directed by the Customer. The Framework will appoint Providers on a site neutral basis and ECC will at its discretion allow only existing Framework Providers to add new disposal point(s) subject to Providers complying with the conditions of award set out in Part B of the Invitation to Tender relating to this Framework and any requirements defined under a Mini Competition. There will be no guarantee of any Service Orders under this Framework. The estimated value (11.2.6) represents an upper limit for the Authority.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: ECC may, from time to time decide that an incentive scheme can be applied whereby it clearly demonstrates additional savings/value. At mini competition stage, a provider may be entitled to offer an alternative pricing mechanism if it can demonstrate additional savings/value for money to ECC. All providers have the flexibility to offer an alternative.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0554 - Lot 1
Lot Number: 1
Title: Green Waste Only
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2018
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BIOGEN (UK) LIMITED, 05616520
Milton Parc, Milton Ernest, Bedfordshire, MK44 1YU, United Kingdom
Tel. +44 1234827249, Email: info@biogen.co.uk
Internet address: www.biogen.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.2)
FCC WASTE SERVICES (UK) LIMITED, 988844
Ground Floor West, 900 Pavilion Drive, Northampton Business Park, Northampton, NN4 7RG, United Kingdom
Tel. +44 3447369990
Internet address: www.fccenvironment.co.uk
NUTS Code: UKH14
The contractor is an SME: No
Contractor (No.3)
MATERIAL CHANGE COMPOSTING LIMITED, 04517359
Dairy Farm Office, Dairy Road, Semer, Ipswich, IP7 6RA, United Kingdom
Tel. +44 1449722318, Email: enquiries@material-change.com
Internet address: www.material-change.com
NUTS Code: UKH14
The contractor is an SME: Yes
Contractor (No.4)
BIRCH AIRFIELD COMPOSTING SERVICES LIMITED, 06056260
Park House Farm, Layer Marney, Colchester, Essex, CO5 9UH, United Kingdom
Tel. +44 1621815430
Internet address: www.birchcomposting.com
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.5)
VEOLIA ES (UK) LIMITED, 02481991
210 Pentonville Road, London, N1 9JY, United Kingdom
Tel. +44 2035676955
Internet address: www.veolia.co.uk
NUTS Code: UKH3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 11,400,000
Total value of the contract/lot: 11,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 0554 - Lot 2
Lot Number: 2
Title: Food Waste Only
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BIOGEN (UK) LIMITED, 05616520
Milton Parc, Milton Ernest, Bedfordshire, MK44 1YU, United Kingdom
Tel. +44 1234827249, Email: info@biogen.co.uk
Internet address: www.biogen.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.2)
AGRIVERT GROUP LIMITED, 06968842
The Stables, Radford, Chipping Norton, Oxfordshire, OX7 4EB, United Kingdom
Tel. +44 1608677700, Fax. +44 1608677711
Internet address: www.agrivert.co.uk
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.3)
EAST LONDON BIOGAS LIMITED, 07625177
Foresight Group LLP, The Shard, London, SE1 9SG, United Kingdom
Tel. +44 2085957934
Internet address: www.eastlondonbiogas.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.4)
REFOOD UK LTD, 06561170
Ings Road, Doncaster, DN5 9TL, United Kingdom
Tel. +44 8000113214, Email: info@Refood.co.uk
Internet address: www.refood.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,400,000
Total value of the contract/lot: 3,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 0554 - Lot 3
Lot Number: 3
Title: Mixed Green and Food Waste
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BIOGEN (UK) LIMITED, 05616520
Milton Parc, Milton Ernest, Bedfordshire, MK44 1YU, United Kingdom
Tel. +44 1234827249, Email: info@biogen.co.uk
Internet address: www.biogen.co.uk
NUTS Code: UKH24
The contractor is an SME: Yes
Contractor (No.2)
AGRIVERT GROUP LIMITED, 06968842
The Stables,, Radford, Chipping Norton, Oxfordshire, OX7 4EB, United Kingdom
Tel. +44 1608677700, Fax. +44 1608677711
Internet address: www.agrivert.co.uk
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.3)
ENVAR COMPOSTING LIMITED, 04272075
Stanford Bridge Farm, Station Road, Pluckley, Ashford, TN27 0RU, United Kingdom
Tel. +44 1487849840, Email: enquiries@envar.co.uk
Internet address: www.envar.co.uk
NUTS Code: UKH1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 14,200,000
Total value of the contract/lot: 14,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 0554 - Lot 4
Lot Number: 4
Title: Transfer and Transport (Haulage)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/12/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
JAMES WASTE MANAGEMENT, OC343166
Brickfields Way, Purdeys Industrial Estate, Rochford, Essex, SS4 1NB, Rochford, Essex, SS4 1NB, United Kingdom
Tel. +44 1702542385, Email: info@jameswaste.co.uk
Internet address: www.jameswaste.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.2)
HADLEIGH SALVAGE RECYCLING LTD, 02558701
9 Stock Road, Southend, Essex, SS2 5QF, United Kingdom
Tel. +44 1702600250
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,400,000
Total value of the contract/lot: 3,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Any call-offs will be competed in accordance with the terms of the Framework Agreement and awarded in accordance with any published evaluation/award model set out in the procurement documents. The value and duration will be published as part of any mini competition procedure. Any guaranteed minimum tonnage of any service order will be advised at the point of award of the service order. Service orders may be extended by up to 18 months at the contracting authority's option. Extensions will be subject to the same rates and terms. The contracting authority may voluntarily terminate any individual service order in accordance with the terms set out in the Framework Agreement. ECC and Southend are subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=364941424
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/12/2018
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Email: council@southend.gov.uk
Main Address: http://www.southend.gov.uk
NUTS Code: UKH31