Essex County Council: Medium Term Residual Waste Disposal Framework

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Medium Term Residual Waste Disposal Framework
Notice type: Contract 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 responsible for arranging for the disposal of all waste collected by the waste collection authorities, in their respective areas under their duties as waste disposal authorities. ECC and Southend are also responsible for arranging the disposal of waste collected at Recycling Centres for Household Waste,(Household Waste Recycling Centres in Southend) and the disposal of litter and refuse collected by litter authorities. This procurement is to appoint providers for the disposal of refuse derived fuel (RDF) and mixed residual municipal solid waste (MSW) to a framework for various lots as described in the Services Specification set out in the Framework Agreement, namely:(1)Disposal Only of RDF and/or MSW;(2)Disposal Only of MSW (Contingency);(3)Disposal Only of bulky waste (Contingency);(4) Transfer & Disposal of direct-delivered waste(Contingency)and (5)Transfer & Haulage of direct-delivered waste (Contingency).
Published: 04/08/2017 10:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Refuse disposal and treatment.
Section I: Contracting Authority
      I.1) Name and addresses
             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: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Refuse-disposal-and-treatment./58X89A7962
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            Social protection

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Medium Term Residual Waste Disposal Framework       
      Reference Number: 0538
      II.1.2) Main CPV Code:
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      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 responsible for arranging for the disposal of all waste collected by the waste collection authorities, in their respective areas under their duties as waste disposal authorities. ECC and Southend are also responsible for arranging the disposal of waste collected at Recycling Centres for Household Waste,(Household Waste Recycling Centres in Southend) and the disposal of litter and refuse collected by litter authorities. This procurement is to appoint providers for the disposal of refuse derived fuel (RDF) and mixed residual municipal solid waste (MSW) to a framework for various lots as described in the Services Specification set out in the Framework Agreement, namely:(1)Disposal Only of RDF and/or MSW;(2)Disposal Only of MSW (Contingency);(3)Disposal Only of bulky waste (Contingency);(4) Transfer & Disposal of direct-delivered waste(Contingency)and (5)Transfer & Haulage of direct-delivered waste (Contingency).       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 5
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Disposal Only of RDF and/or MSW       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511000 - Refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511100 - Urban solid-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511200 - Household-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513100 - Household-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513200 - Urban solid-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513300 - Refuse incineration services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90530000 - Operation of a refuse site.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90531000 - Landfill management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90533000 - Waste-tip management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Accept and dispose, on behalf of ECC and/or Southend, a combination of RDF and untreated mixed residual MSW. ECC and Southend are unable to guarantee which waste stream will be provided on any specific day and the Contractor shall provide a solution capable of receiving either material. Material will be delivered to the Contractor by way of bulk haulage vehicles. Disposal solutions shall be provided by the Contractor by way of a facility(ies) with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

We estimate that Lot 1 will consist of circa 200,000 tonnes per annum based on current arising.

Services orders will be awarded to those Contractors offering the most economically advantageous bids in quantities between 25,000 and 200,000 tonnes as set out in the procurement documents.

See also Additional Information section

ECC may at its sole discretion open the framework at such times as it deems appropriate to respond to market changes for this Lot to: (1) new providers subject to complying with the conditions of award set out in the invitation to tender relating to this framework; and (2) to existing providers to add new disposal point(s) subject to complying with the conditions of award set out in Part B of the invitation to tender relating to this framework
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Disposal Only of MSW (Contingency)       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511000 - Refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511100 - Urban solid-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511200 - Household-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90512000 - Refuse transport services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513100 - Household-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513200 - Urban solid-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513300 - Refuse incineration services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90530000 - Operation of a refuse site.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90531000 - Landfill management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90533000 - Waste-tip management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Accept and dispose, on behalf of ECC and/or Southend, untreated mixed residual MSW. Material may be delivered to the Contractor by way of bulk haulage vehicles or by local authority waste collection vehicles on behalf of ECC and/or Southend. Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 2 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

ECC may at its sole discretion open the framework at such times as it deems appropriate to respond to market changes for this Lot to: (1) new providers subject to complying with the conditions of award set out in the invitation to tender relating to this framework; and (2) to existing providers to add new disposal point(s) subject to complying with the conditions of award set out in Part B of the invitation to tender relating to this framework
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Disposal Only of bulky waste (Contingency)       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511000 - Refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511100 - Urban solid-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511200 - Household-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90512000 - Refuse transport services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513100 - Household-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513200 - Urban solid-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513300 - Refuse incineration services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Accept and dispose, on behalf of The ECC and/or Southend, of bulky MSW arising at Recycling Centres for Household Waste (Household Waste and Recycling Centres in Southend) and source-segregated bulky waste from kerbside collections. This material will be delivered direct to the Contractor’s disposal facility by a combination of bulk haulage vehicles and Ro-Ro hook-lift vehicles. Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 3 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

See also Additional Information section

ECC may at its sole discretion open the framework at such times as it deems appropriate to respond to market changes for this Lot to: (1) new providers subject to complying with the conditions of award set out in the invitation to tender relating to this framework; and (2) to existing providers to add new disposal point(s) subject to complying with the conditions of award set out in Part B of the invitation to tender relating to this framework
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Transfer and Disposal of direct-delivered waste (Contingency)       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511000 - Refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511100 - Urban solid-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511200 - Household-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90512000 - Refuse transport services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513100 - Household-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513300 - Refuse incineration services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90530000 - Operation of a refuse site.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90531000 - Landfill management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90533000 - Waste-tip management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Accept, transfer, transport and dispose of MSW delivered to the Contractor’s Waste Transfer Facility by local authority waste collection vehicles on behalf of ECC and/or Southend, where the Contractor is responsible for handling, bulk storage, transport and final disposal (at a disposal location agreed by ECC and/or Southend (as the case may be)) on behalf of ECC and/or Southend (as the as the case may be (the Contractor being responsible for the cost of final disposal). Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 4 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

See also Additional Information section

ECC may at its sole discretion open the framework at such times as it deems appropriate to respond to market changes for this Lot to: (1) new providers subject to complying with the conditions of award set out in the invitation to tender relating to this framework; and (2) to existing providers to add new disposal point(s) subject to complying with the conditions of award set out in Part B of the invitation to tender relating to this framework
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Transfer and Haulage of direct-delivered waste (Contingency)       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      90500000 - Refuse and waste related services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90510000 - Refuse disposal and treatment.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511000 - Refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511100 - Urban solid-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90511200 - Household-refuse collection services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90512000 - Refuse transport services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513000 - Non-hazardous refuse and waste treatment and disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513100 - Household-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513200 - Urban solid-refuse disposal services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90513300 - Refuse incineration services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90530000 - Operation of a refuse site.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90531000 - Landfill management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      90533000 - Waste-tip management services.
      FC03-4 - For domestic waste
      FC02-1 - For waste material
      FC01-8 - For waste disposal
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Accept, transfer and transport MSW delivered to the Contractor’s Waste Transfer Facility by local authority waste collection vehicles on behalf of ECC and/or Southend, where the Contractor is responsible for handling, bulk storage and transport to a to a disposal location agreed by ECC and/or Southend, on behalf of ECC and/or Southend (ECC and/or Southend being responsible for the cost of final disposal)

The Contractor may not sort or recycle this waste, nor mix it with waste from sources other than ECC.

Lot 5 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

ECC may at its sole discretion open the framework at such times as it deems appropriate to respond to market changes for this Lot to: (1) new providers subject to complying with the conditions of award set out in the invitation to tender relating to this framework; and (2) to existing providers to add new disposal point(s) subject to complying with the conditions of award set out in Part B of the invitation to tender relating to this framework
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Stated within the procurement documents. The Authority reserves the right to require deposits, bonds or security.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: 2017/S 95 - 186742       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/09/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/09/2017
         Time: 12:01
         Place:
         Essex County Hall
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. It is anticipated that the value of the services will be in the range of £73-£200 million across all Lots over the life of the framework - the estimated spend for this procurement includes United Kingdom Landfill Tax. 4 of the 5 available lots are contingency lots. Guaranteed minimum tonnages apply to some lots – see the published rate schedule table. Call-offs under this framework will be weighted 100% price competed in accordance with the terms of the Framework Agreement and awarded in accordance with the published evaluation/award model set out in the procurement documents (in particular note the instructions to completion of the rate schedule table set out in the Framework Agreement). The value and duration of any services order will be confirmed when the call-off is run – any value and duration set out in the rate schedule table is by way of example only. ECC and SBC reserve the right to opt to run a call-off by way of an e-auction instead but using the same published evaluation/award model. The framework competition will not include an integrated call-off process. Individual services orders for any Lot may be extended by up to 18 months at the contracting authority’s option. The contracting authority may voluntarily terminate any individual services order in accordance with the terms set out in the Framework Agreement. For this tender Essex County Council will be using the BIP Delta eSourcing portal https://www.deltaesourcing.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal message system. To access and respond to this opportunity, please go to www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Refuse-disposal-and-treatment./498257M97U
Alternatively potential bidders can use http://www.delta-esourcing.com and input access code 498257M97U to gain access to the tender documentation. Please note that potential bidders will need to register on the delta eSourcing system to view the procurement documentation for this tender, registration is free of charge. If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
The tender documents are available on:
a) the eSourcing portal ‘BIP Delta’, via the links detailed above;
b) the Government Contracts Finder website: https://www.gov.uk/contracts-finder
c) ECC's Opportunities Listing: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx
It is recommended that any bidder not already registered on the BIP Delta eSourcing, register at the earliest opportunity. Essex County Council and Southend reserve the right to amend timescales and change the evaluation criteria if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. Essex County Council and Southend will not be responsible for any costs incurred by bidders in relation to this procurement exercise. This procurement is subject at all times to the terms and conditions set out in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Refuse-disposal-and-treatment./58X89A7962

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/58X89A7962
   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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 04/08/2017

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      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

View any Notice Addenda

View Award Notice

UK-Chelmsford: Refuse disposal and treatment.

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: Not Provided
      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:
      Social protection

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Medium Term Residual Waste Disposal Framework            
      Reference number: 0538

      II.1.2) Main CPV code:
         90510000 - Refuse disposal and treatment.
            FC03-4 - For domestic waste
            FC02-1 - For waste material
            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 responsible for arranging for the disposal of all waste collected by the waste collection authorities, in their respective areas under their duties as waste disposal authorities. ECC and Southend are also responsible for arranging the disposal of waste collected at Recycling Centres for Household Waste,(Household Waste Recycling Centres in Southend) and the disposal of litter and refuse collected by litter authorities. This procurement is to appoint providers for the disposal of refuse derived fuel (RDF) and mixed residual municipal solid waste (MSW) to a framework for various lots as described in the Services Specification set out in the Framework Agreement, namely:(1)Disposal Only of RDF and/or MSW;(2)Disposal Only of MSW (Contingency);(3)Disposal Only of bulky waste (Contingency);(4) Transfer & Disposal of direct-delivered waste(Contingency)and (5)Transfer & Haulage of direct-delivered waste (Contingency).

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 200,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Disposal Only of RDF and/or MSW   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90510000 - Refuse disposal and treatment.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511000 - Refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511100 - Urban solid-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511200 - Household-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513000 - Non-hazardous refuse and waste treatment and disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513100 - Household-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513200 - Urban solid-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513300 - Refuse incineration services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90530000 - Operation of a refuse site.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90531000 - Landfill management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90533000 - Waste-tip management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               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: Accept and dispose, on behalf of ECC and/or Southend, a combination of RDF and untreated mixed residual MSW. ECC and Southend are unable to guarantee which waste stream will be provided on any specific day and the Contractor shall provide a solution capable of receiving either material. Material will be delivered to the Contractor by way of bulk haulage vehicles. Disposal solutions shall be provided by the Contractor by way of a facility(ies) with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.We estimate that Lot 1 will consist of circa 200,000 tonnes per annum based on current arising. Services orders will be awarded to those Contractors offering the most economically advantageous bids in quantities between 25,000 and 200,000 tonnes as set out in the procurement documents.See also Additional Information section

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Disposal Only of MSW (Contingency)   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90510000 - Refuse disposal and treatment.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511000 - Refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511100 - Urban solid-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511200 - Household-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90512000 - Refuse transport services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513000 - Non-hazardous refuse and waste treatment and disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513100 - Household-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513200 - Urban solid-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513300 - Refuse incineration services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90530000 - Operation of a refuse site.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90531000 - Landfill management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90533000 - Waste-tip management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               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: Accept and dispose, on behalf of ECC and/or Southend, untreated mixed residual MSW. Material may be delivered to the Contractor by way of bulk haulage vehicles or by local authority waste collection vehicles on behalf of ECC and/or Southend. Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 2 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Disposal Only of bulky waste (Contingency)   
      Lot No:Lot 3

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90510000 - Refuse disposal and treatment.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511000 - Refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511100 - Urban solid-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511200 - Household-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90512000 - Refuse transport services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513000 - Non-hazardous refuse and waste treatment and disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513100 - Household-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513200 - Urban solid-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513300 - Refuse incineration services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               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: Accept and dispose, on behalf of The ECC and/or Southend, of bulky MSW arising at Recycling Centres for Household Waste (Household Waste and Recycling Centres in Southend) and source-segregated bulky waste from kerbside collections. This material will be delivered direct to the Contractor’s disposal facility by a combination of bulk haulage vehicles and Ro-Ro hook-lift vehicles. Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 3 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

See also Additional Information section

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Transfer and Disposal of direct-delivered waste (Contingency)   
      Lot No:Lot 4

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90510000 - Refuse disposal and treatment.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511000 - Refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511100 - Urban solid-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511200 - Household-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90512000 - Refuse transport services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513000 - Non-hazardous refuse and waste treatment and disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513100 - Household-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513300 - Refuse incineration services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90530000 - Operation of a refuse site.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90531000 - Landfill management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90533000 - Waste-tip management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               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: Accept, transfer, transport and dispose of MSW delivered to the Contractor’s Waste Transfer Facility by local authority waste collection vehicles on behalf of ECC and/or Southend, where the Contractor is responsible for handling, bulk storage, transport and final disposal (at a disposal location agreed by ECC and/or Southend (as the case may be)) on behalf of ECC and/or Southend (as the as the case may be (the Contractor being responsible for the cost of final disposal). Disposal solutions shall be provided by way of a facility with the appropriate Environmental Permit and in compliance with all relevant Legislation, and are not technology-limited, e.g. may include IED compliant incineration processes, or further treatment prior to disposal.

Lot 4 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

See also Additional Information section

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Transfer and Haulage of direct-delivered waste (Contingency)   
      Lot No:Lot 5

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90510000 - Refuse disposal and treatment.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511000 - Refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511100 - Urban solid-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90511200 - Household-refuse collection services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90512000 - Refuse transport services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513000 - Non-hazardous refuse and waste treatment and disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513100 - Household-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513200 - Urban solid-refuse disposal services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90513300 - Refuse incineration services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90530000 - Operation of a refuse site.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90531000 - Landfill management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               FC01-8 - For waste disposal
            90533000 - Waste-tip management services.
               FC03-4 - For domestic waste
               FC02-1 - For waste material
               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: Accept, transfer and transport MSW delivered to the Contractor’s Waste Transfer Facility by local authority waste collection vehicles on behalf of ECC and/or Southend, where the Contractor is responsible for handling, bulk storage and transport to a to a disposal location agreed by ECC and/or Southend, on behalf of ECC and/or Southend (ECC and/or Southend being responsible for the cost of final disposal)

The Contractor may not sort or recycle this waste, nor mix it with waste from sources other than ECC.

Lot 5 is a contingency arrangement. Guaranteed tonnages will be set out, if applicable, at the time of a relevant mini-competition.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided


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: No       
      

   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: 0538 Lot 1    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 9
         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: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Cory Environmental (Gloucestershire) Ltd, 2664840
             20 Old Broad Street, London, EC2N 1DP, United Kingdom
             Tel. +44 2074175200
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Seneca Environmental Solutions Ltd, 6773750
             Carey House, Great Central Way, Wembley, HA9 0HR, United Kingdom
             Tel. +44 2035898006
             NUTS Code: UKI72
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SUEZ Recycling and Recovery UK Ltd, 2291198
             SUEZ House, Grenfell Road, Maidenhead, SL6 1ES, United Kingdom
             Tel. +44 7971147227
             NUTS Code: UKJ11
            The contractor is an SME: No
         
         Contractor (No.4)
             Renewi UK Services Limited (formally Shanks Waste Management Ltd), 2393309
             Dunedin House, Auckland Park, Mount Farm, Milton Keynes, MK1 1BU, United Kingdom
             Tel. +44 1908650650
             NUTS Code: UKJ12
            The contractor is an SME: No
         
         Contractor (No.5)
             Veolia ES (UK) Limited, 02481991
             210 Pentonville Road, London, N1 9JY,, United Kingdom
             Tel. +44 7899661523
             NUTS Code: UKI31
            The contractor is an SME: No
         
         Contractor (No.6)
             Viridor Waste Management Limited, 575069
             Peninsula House, Rydon Lane,, Exeter, EX2 7HR, United Kingdom
             Tel. +44 1732229200
             NUTS Code: UKK43
            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: 200,000,000          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 0538 Lot 2    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 8
         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: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Cory Environmental (Gloucestershire) Limited, 02664840
             20 Old Broad Street, London, EC2N 1DP, United Kingdom
             Tel. +44 1785251555
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Renewi UK Services Limited (formally Shanks Waste Management Ltd), 2393309
             Dunedin House, Auckland Park, Mount Farm, Milton Keynes, MK1 1BU, United Kingdom
             Tel. +44 1908650650
             NUTS Code: UKJ12
            The contractor is an SME: No
         
         Contractor (No.3)
             SUEZ Recycling and Recovery UK Ltd, 2291198
             SUEZ House, Grenfell Road, Maidenhead, SL6 1ES,, United Kingdom
             Tel. +44 7971147227
             NUTS Code: UKJ11
            The contractor is an SME: No
         
         Contractor (No.4)
             Veolia ES (UK) Limited, 2481991
             210 Pentonville Road, London, N1 9JY, United Kingdom
             Tel. +44 7899661523
             NUTS Code: UKI31
            The contractor is an SME: No
         
         Contractor (No.5)
             Viridor Waste Management Limited, 575069
             Peninsula House, Rydon Lane, Exeter, EX2 7HR, United Kingdom
             Tel. +44 1732229200
             NUTS Code: UKK43
            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: 200,000,000          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 0538 Lot 3    
   Lot Number: 3    
   Title: Lot 3

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Cory Environmental (Gloucestershire) Limited, 2664840
             20 Old Broad Street, London, EC2N 1DP, United Kingdom
             Tel. +44 1785251555
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             SUEZ Recycling and Recovery UK Ltd, 2291198
             SUEZ House, Grenfell Road, Maidenhead, SL6 1ES, United Kingdom
             Tel. +44 7971147227
             NUTS Code: UKJ11
            The contractor is an SME: No
         
         Contractor (No.3)
             Veolia ES (UK) Limited, 2481991
             210 Pentonville Road, London, N1 9JY, United Kingdom
             Tel. +44 7899661523
             NUTS Code: UKI31
            The contractor is an SME: No
         
         Contractor (No.4)
             Viridor Waste Management Limited, 575069
             Peninsula House, Rydon Lane, Exeter, EX2 7HR, United Kingdom
             Tel. +44 1732229200
             NUTS Code: UKK43
            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: 200,000,000          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 0538 Lot 4    
   Lot Number: 4    
   Title: Lot 4

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2017

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 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)
             James Waste Management LLP, OC343166
             2 Brickfields Way, Purdeys Industrial Estate, Rochford, SS4 1NB, United Kingdom
             Tel. +44 1702542385
             NUTS Code: UKH37
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SUEZ Recycling and Recovery UK Ltd, 2291198
             SUEZ House, Grenfell Road, Maidenhead, SL6 1ES, United Kingdom
             Tel. +44 7971147227
             NUTS Code: UKJ11
            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: 200,000,000          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: 0538 Lot 5    
   Lot Number: 5    
   Title: Lot 5

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2017

      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)
             Hadleigh Salvage & Recycling Ltd, 2558701
             Unit 9 Stock Road, Southend, SS2 5QF, United Kingdom
             Tel. +44 7899661523
             NUTS Code: UKH31
            The contractor is an SME: Yes
         
         Contractor (No.2)
             James Waste Management LLP, OC343166
             2 Brickfields Way, Purdeys Industrial Estate, Rochford, SS4 1NB, United Kingdom
             Tel. +44 1702542385
             NUTS Code: UKH37
            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: 200,000,000          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The anticipated spend is £73-£200m (inc UK Landfill Tax) across all Lots over the framework term. Guaranteed minimum tonnages apply to some lots. Call-offs under this framework will be weighted 100% price competed in accordance with the terms of the Agreement & awarded in accordance with evaluation model set out in the procurement documents. The value and duration of any services order will be confirmed when the call-off is run. ECC and SBC reserve the right to opt to run a call-off by way of an e-auction instead but using the same evaluation model. Individual services orders for any Lot may be extended by up to 18 months at the contracting authority’s option. The contracting authority may voluntarily terminate any services order in accordance with the terms set out in the Agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=281643936

   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: 10/11/2017

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