Award

SC18072 - Food Waste Processing Services

KENT COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

16 Sep 2020 at 15:59

Tender

28 Nov 2019 at 14:50

Summary of the contracting process

The Kent County Council is seeking bids for the contract titled "SC18072 - Food Waste Processing Services" within the household-refuse disposal services industry. Located in Maidstone, Kent, the procurement is currently at the award stage, with the contract period commencing on 1 April 2020 and extending until 31 March 2040. Key dates include the tender's end date, which was 30 December 2019, and the contract value awarded to Envar Composting Limited is approximately £9,179,878.48. The procurement method adopted is a selective process, specifically a negotiated procedure, ensuring a competitive selection of qualified suppliers.

This procurement opportunity presents significant growth potential for businesses specialising in waste processing, particularly those with capabilities in anaerobic digestion services. Firms that can demonstrate thorough compliance with environmental regulations, possess the necessary planning and operational permits, and meet specific logistical requirements for waste transportation and processing will be well-positioned to compete. Given that Kent County Council aims to handle increasing volumes of food waste, businesses with the expertise to manage up to 45,000 tonnes annually from multiple waste transfer stations will find this contract particularly suitable for expansion.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SC18072 - Food Waste Processing Services

Notice Description

KCC requires the processing and disposal of food waste via anaerobic digestion. The AD plant will need to have valid and appropriate planning permission, environmental and other relevant permits for quantity of food waste to be handled and otherwise all permissions and certification required to deliver the services for the duration of the Contract Period. The food waste collected by the Waste Collection Authorities in Kent will be transferred at and hauled from 7 different Waste Transfer Stations (WTSs) throughout Kent. The third-party waste transfer suppliers that provide waste transfer services in Kent on behalf of KCC will deliver food waste to the AD plant at KCC's own cost. This cost will be included when considering tenders for food waste processing services. KCC will provide a matrix to allow bidders to calculate the cost of haulage for inclusion. It is anticipated that the AD plant will need to have the capacity and capability to handle up to 24 000 tonnes of food waste per annum from 1.4.2020, up to 37 000 tonnes from 16.1.2021, and up to 45 000 tonnes from 2023 (this will be confirmed in the ITT). A detailed specification for these services is currently under development. The requirements are likely to include the following requirements (full details which may differ to be confirmed in the ITT): * for the AD plant to receive food waste Monday - Saturday, including Public and Bank Holidays in England & Wales (the only exception being Christmas Day, Boxing Day, and New Years Day unless otherwise agreed by KCC); * for the AD plant to receive food waste delivered by articulated vehicles (no tipping trailers; c. net weight 28 tonnes) and bulk haulage vehicles with de-mountable container loading systems (Ro-Ro), tipping discharge mechanism, or non-tipping articulated; * for the AD plant to receive food waste delivered by Refuse Compaction Vehicles (RCVs) and split-bodied RCVs with side pods used to collect food waste from the kerbside where RCVs are able to direct deliver to the AD plant; and * for the AD plant to receive and process food waste collected in both biodegradable and non-biodegradable liners and food waste that may be wrapped in newspaper, kitchen roll or plastic bags; these items should not be considered as 'contamination'. Bidders will be required to pass pass/fail selection criteria regarding their organisation's economic and financial standing, insurance, environmental management, health and safety, and technical and professional ability (including meeting technical minimum requirements), as well as the standard exclusion grounds. Any tenders that do not pass selection criteria will not be evaluated against the award criteria. Additional information: The 'quality' element of each Tender will be scored based on a total weighted quality score out of 100%. KCC will set Minimum Quality Threshold (MQT) for the 'quality' element of the Tender. The Bidder whose Tender meets the MQT, and who submits Contract Prices that result in the Lowest 'Notional Tender Value' (NTV), will be the bidder with the Most Economically Advantageous Tender (MEAT) and be ranked first and will become the KCC's Preferred Supplier. KCC will reserve the right to exclude bidders from the procurement process that fail to score the MQT for quality. The 'Notional Tender Value' (NTV), which will be used to evaluate tenders, will be calculated based on the total notional cost of the service to KCC and will include: * the Bidder's proposed Gate Fee per Tonne of food waste accepted at the AD plant multiplied by indicative tonnages (i.e. based on the Gate Fee submitted as part the Tender); and * the Cost per Tonne per Mile for the haulage of food waste to the AD plant by third-party suppliers - KCC will have the food waste hauled to the AD plant by its third-party waste transfer suppliers at its own cost. This cost will be included when considering tenders for food waste processing services. A matrix showing the location of the WTSs from which food waste will be hauled together with notional tonnages from each WTS and a rate per tonne/mile will be included within the tender documents. Bidders will calculate the cost to the authority of haulage using the matrix provided. For the avoidance of doubt, haulage will not form part of the required services. The total haulage cost will be added to each bidder's total Gate Fee costs together forming the Notional Tender Value (NTV). This NTV will be used in the evaluation of tenders. Details regarding sub-award criteria will be set out in the ITT documentation, including: * how quality sub-criteria will be scored and weighted; * what the Minimum Quality Threshold will be; and * how the NTV will be calculated (e.g. cost assumptions). All organisations that register an interest in this opportunity via the Kent Business Portal will automatically be invited to tender.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-40c92ed9-8669-44ae-963b-7427e2cdc07c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/29165f41-ec7e-4de9-9b49-6ec8c7f77ab3
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90513100 - Household-refuse disposal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£9,179,878 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20205 years ago
Submission Deadline
30 Dec 2019Expired
Future Notice Date
Not specified
Award Date
13 May 20205 years ago
Contract Period
31 Jul 2020 - 31 Jul 2040 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MAIDSTONE
Postcode
ME14 1XQ
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ South East (England)

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

Supplier Information

Number of Suppliers
1
Supplier Name

ENVAR COMPOSTING

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-40c92ed9-8669-44ae-963b-7427e2cdc07c-2020-09-16T16:59:40+01:00",
    "date": "2020-09-16T16:59:40+01:00",
    "ocid": "ocds-b5fd17-40c92ed9-8669-44ae-963b-7427e2cdc07c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "KENT001-DN434852-87785794",
        "title": "SC18072 - Food Waste Processing Services",
        "description": "KCC requires the processing and disposal of food waste via anaerobic digestion. The AD plant will need to have valid and appropriate planning permission, environmental and other relevant permits for quantity of food waste to be handled and otherwise all permissions and certification required to deliver the services for the duration of the Contract Period. The food waste collected by the Waste Collection Authorities in Kent will be transferred at and hauled from 7 different Waste Transfer Stations (WTSs) throughout Kent. The third-party waste transfer suppliers that provide waste transfer services in Kent on behalf of KCC will deliver food waste to the AD plant at KCC's own cost. This cost will be included when considering tenders for food waste processing services. KCC will provide a matrix to allow bidders to calculate the cost of haulage for inclusion. It is anticipated that the AD plant will need to have the capacity and capability to handle up to 24 000 tonnes of food waste per annum from 1.4.2020, up to 37 000 tonnes from 16.1.2021, and up to 45 000 tonnes from 2023 (this will be confirmed in the ITT). A detailed specification for these services is currently under development. The requirements are likely to include the following requirements (full details which may differ to be confirmed in the ITT): * for the AD plant to receive food waste Monday - Saturday, including Public and Bank Holidays in England & Wales (the only exception being Christmas Day, Boxing Day, and New Years Day unless otherwise agreed by KCC); * for the AD plant to receive food waste delivered by articulated vehicles (no tipping trailers; c. net weight 28 tonnes) and bulk haulage vehicles with de-mountable container loading systems (Ro-Ro), tipping discharge mechanism, or non-tipping articulated; * for the AD plant to receive food waste delivered by Refuse Compaction Vehicles (RCVs) and split-bodied RCVs with side pods used to collect food waste from the kerbside where RCVs are able to direct deliver to the AD plant; and * for the AD plant to receive and process food waste collected in both biodegradable and non-biodegradable liners and food waste that may be wrapped in newspaper, kitchen roll or plastic bags; these items should not be considered as 'contamination'. Bidders will be required to pass pass/fail selection criteria regarding their organisation's economic and financial standing, insurance, environmental management, health and safety, and technical and professional ability (including meeting technical minimum requirements), as well as the standard exclusion grounds. Any tenders that do not pass selection criteria will not be evaluated against the award criteria. Additional information: The 'quality' element of each Tender will be scored based on a total weighted quality score out of 100%. KCC will set Minimum Quality Threshold (MQT) for the 'quality' element of the Tender. The Bidder whose Tender meets the MQT, and who submits Contract Prices that result in the Lowest 'Notional Tender Value' (NTV), will be the bidder with the Most Economically Advantageous Tender (MEAT) and be ranked first and will become the KCC's Preferred Supplier. KCC will reserve the right to exclude bidders from the procurement process that fail to score the MQT for quality. The 'Notional Tender Value' (NTV), which will be used to evaluate tenders, will be calculated based on the total notional cost of the service to KCC and will include: * the Bidder's proposed Gate Fee per Tonne of food waste accepted at the AD plant multiplied by indicative tonnages (i.e. based on the Gate Fee submitted as part the Tender); and * the Cost per Tonne per Mile for the haulage of food waste to the AD plant by third-party suppliers - KCC will have the food waste hauled to the AD plant by its third-party waste transfer suppliers at its own cost. This cost will be included when considering tenders for food waste processing services. A matrix showing the location of the WTSs from which food waste will be hauled together with notional tonnages from each WTS and a rate per tonne/mile will be included within the tender documents. Bidders will calculate the cost to the authority of haulage using the matrix provided. For the avoidance of doubt, haulage will not form part of the required services. The total haulage cost will be added to each bidder's total Gate Fee costs together forming the Notional Tender Value (NTV). This NTV will be used in the evaluation of tenders. Details regarding sub-award criteria will be set out in the ITT documentation, including: * how quality sub-criteria will be scored and weighted; * what the Minimum Quality Threshold will be; and * how the NTV will be calculated (e.g. cost assumptions). All organisations that register an interest in this opportunity via the Kent Business Portal will automatically be invited to tender.",
        "datePublished": "2019-11-28T14:50:32Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90513100",
            "description": "Household-refuse disposal services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure",
        "tenderPeriod": {
            "endDate": "2019-12-30T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2020-04-01T00:00:00+01:00",
            "endDate": "2040-03-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d631e084-a302-4dc1-b419-566948b3d96e",
                "datePublished": "2019-11-28T14:50:32Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-59287",
            "name": "Kent County Council",
            "identifier": {
                "legalName": "Kent County Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Maidstone",
                "postalCode": "ME14 1XQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Hayley Peacock",
                "email": "Hayley.Peacock@kent.gov.uk",
                "telephone": "+44 3000415566"
            },
            "details": {
                "url": "http://www.kent.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-151303",
            "name": "Envar Composting Limited",
            "identifier": {
                "legalName": "Envar Composting Limited"
            },
            "address": {
                "streetAddress": "TN27 0RU"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-59287",
        "name": "Kent County Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-40c92ed9-8669-44ae-963b-7427e2cdc07c-1",
            "status": "active",
            "date": "2020-05-14T00:00:00+01:00",
            "datePublished": "2020-09-16T16:59:39+01:00",
            "value": {
                "amount": 9179878.48,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-151303",
                    "name": "Envar Composting Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-08-01T00:00:00+01:00",
                "endDate": "2040-07-31T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/29165f41-ec7e-4de9-9b49-6ec8c7f77ab3",
                    "datePublished": "2020-09-16T16:59:39+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}