Õ¥Ö­¼§

Construction Tenders

Tue October 22 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 16th Oct 2024

Tender Details
Referenceocds-h6vhtk-04489e
Common Procurement VocabularyRefuse and waste related services
Procurement MethodCompetitive dialogue
Value£220,000,000
« Previous Page

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 16th Oct 2024

Tender Details
Referenceocds-h6vhtk-04489e
Common Procurement VocabularyRefuse and waste related services
Procurement MethodCompetitive dialogue
Value£220,000,000

Section I: Contracting authority

I.1) Name and addresses

Tendring District Council

Town Hall, Station Road

Clacton-on-Sea

CO16 1SE

Contact

Jonathan Hamlet

Email

jhamlet [at] tendringdc.gov.uk

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract

Reference number

DN711618

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

Tendring District Council (the ‘Authority’) is seeking to procure the provision of a waste and recycling collection and street cleansing contract. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-sourcing portal (ProContract). Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the e-sourcing portal (ProContract), in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

II.1.5) Estimated total value

Value excluding VAT: £220,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90612000 - Street-sweeping services

II.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

II.2.4) Description of the procurement

The Tendring District includes the tourist towns of Clacton, Frinton, Walton, Brightlingsea, Harwich and Manningtree. The district's main areas of population being seaside with the Centre of the district being rural. Residential property numbers for Tendring District of approximately 75,210 as of July 2024 with the Councils current local plan target of 550 new build properties per year and for 2022/23 had a recycling rate of 38.60%.

With the seafront areas within Tendring attracting tourists and visitors there are very wide seasonal variations in the level of use of the seafront and Town Centre areas by members of the public and in the amount of litter and waste generated. Additionally, every year a number of major public events on parts of the contract area take place which all generate the need for cleaning during and immediately after the event.

The successful bidder (the "Contractor") will provide the following services in the delivery of the Contract (the procurement documents provide further information about these elements of the services):

Waste Collection and Recycling Services:

• Household residual waste collection

• Household dry recycling collection

• Household food waste collection

• Household garden waste collection

• Household Bulky waste collection

• Commercial Waste and recycling service

• Container Management

• Assisted Collections

• Dry Mixed Recycling treatment / Materials management (The Risk share between the Council and Contractor to be discussed during Dialogue; details can be found in the procurement documents.)

• Provide a customer contact centre for first contact enquiries and complaints

Street cleansing service:

• Mechanical and manual cleansing

• Litter bin service.

• Subways, footbridges and bridges.

• Car park cleansing

• Removal of fly-tipped materials and abandoned waste

• Dead animals clearance

• Seasonal leaf fall management.

• Special events cleansing, summer season and night time economy

• High speed road cleansing

• Dog fouling removal

• Seafront and beach area cleansing

Other Services:

• Provision caged vehicle and resources

Provision of compact mechanical high pressure washer for pedestrian areas in Clacton Town Centre

The Council owned depot, which is currently utilised by the incumbent contractor for the waste, recycling and street cleansing services will also be offered for use as part of this contract provision.

The funding of Vehicles is to be discussed during Dialogue; details can be found in the procurement documents.

Following submissions of the completed SQs, the Authority will apply the selection stage criteria, as set out in the procurement documentation. The Authority intends to select three

(3) (and no more than four (4)) economic operators to progress from the SQ stage to the Invitation To Participate in Dialogue and Invitation to Submit Detailed Solutions stage. The Authority will then commence dialogue with the Bidders who have passed the SQ Stage and at the conclusion of these dialogue meetings, Bidders will be required to submit their detailed solutions. Following evaluation of detailed solutions the Authority will invite all the Bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and Bidders invited to submit a final tender before a Preferred Bidder is selected that represents the most economically advantageous tender.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 65

II.2.6) Estimated value

Value excluding VAT: £220,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of eight (8) years with the option to extend period or any number of periods not exceeding a total of a further eight (8) years.

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

Envisaged minimum number: 3

Maximum number: 4

II.2.10) Information about variants

Variants will be accepted: No

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


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

The Contractor shall have all necessary waste carriers licence(s) and environmental permit(s) for the delivery of the Services.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details are set out in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2024/S 000-008199

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

Date

15 November 2024

Local time

12:00pm

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

25 November 2024

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 months: 15 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

TUPE is likely to apply to this procurement. Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the Authority. The procurement is being managed through the Authority's procurement portal. To be able to access the Selection Questionnaire document and the draft procurement documents, economic operators will need to register their company details on the portal. Interested economic operators are recommended to check that they can access the documents, and any problems should be reported to the helpdesk at .

The Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. The Authority further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly. The estimated value at Sections II.1.5 and II.2.6 is for the entire maximum possible contract period of sixteen (16) years. In arriving at the estimated value, the Authority has considered without limitation current value of the services, vehicles, fuel, an allowance for inflation, impact of growth and potential key service change to be permitted under the Contract. The estimated value takes into account indexation of the contract price based upon the most up to date information at the time of publishing this notice, which is anticipated to be a mechanism under the Contract, the specific terms of which are to be further explored through dialogue. The duration provided at Section II.2.7 is for the entire maximum possible contract period. The initial contract period is for eight (8) years but may be extended by up to a further eight (8) years. Vehicles in the fleet are anticipated to be predominantly financed by the Contractor and to be owned by the Authority. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the Selection Questionnaire and the procurement process as a whole. Under no circumstances will the Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise. Applicants should note that the procurement documentation provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documentation and final details and versions will be confirmed to those applicants who are invited to participate in dialogue

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Strand

WC2A 2LL

Country

United Kingdom