Notice Information
Notice Title
Tees Valley Energy Recovery Facility Project
Notice Description
Hartlepool Borough Council is procuring a solution for the design, build, financing, commissioning, testing and operation of an Energy Recovery Facility (ERF) on behalf of itself and six other neighbouring local authorities (Darlington Borough Council, Durham County Council, Middlesbrough Council, Newcastle City Council, Redcar and Cleveland Borough Council and Stockton-on-Tees Borough Council) (together, the Councils). By 2025/26, it is forecast that the Councils will be producing circa 397,000 tonnes of residual waste per annum. The ERF will be required to have a capacity that is sufficient to receive and treat all of the residual municipal solid waste from each of the Councils as forecast over the term, with any spare capacity being used to treat similar waste from third parties. The Councils are seeking a contractor who can provide a facility based on proven technology to dispose of and treat residual municipal solid waste and with the capability to generate electricity and heat for the local economy, thereby minimising diversion to landfill and climate impacts and maximising value generated from the waste treated. The successful contractor will also be responsible for all handling (including storage, marketing and recycling) of any residues from the facility. Residues must be treated in such a manner as to minimise diversion to landfill and climate impacts and maximise recovery (value from) these materials. The ERF must be constructed on a 10 hectare brownfield site at Grangetown owned by the South Tees Development Corporation which comes with the benefit of outline planning permission. Comprehensive ground condition investigations are being undertaken and the results of these will be made available to all Tenderers. The Councils' intention is to award a contract to the successful contractor in December 2021 for a 29 year term (including 3-4 years construction phase and at least 25 years operational phase) with an option to extend up to a further 11 years. The successful contractor will be required to accept and manage all contract waste from 1 April 2026. The Councils will incorporate a special purpose vehicle project company during the procurement process to act as the contracting entity. Additional information: The ERF will be required to have capacity to at least the Councils' forecast residual waste over the term, and accommodate changes in waste growth leading to an expected processing capacity of at least 450,000 tonnes of waste per annum towards the end of the term. As a sustainable solution, the ERF will be required to generate electricity from the waste treated and is to be constructed with capacity for heat offtake. The ERF will be designed to comply with Specification and all relevant planning permission and environmental permit conditions and will be required to achieve a sustained operation of at least 93% availability. The contract will incorporate a performance management framework to incentivise optimal performance. Contract waste composition risk will sit with the contractor and the design of the ERF will be expected to take into account future changes in contract waste composition, including but not limited to the impact of proposed separate weekly food waste collections and enhanced recycling capture on residues. The contractor will be required to maintain a single comprehensive electronic information management system, accessible by the Councils, for all information related to delivery of the works and services at the ERF including contract waste data, performance monitoring data (including vehicle turnaround times), health and safety, environmental and information on complaints and handling of these. A key requirement of the Councils is that the proposed solution for the ERF must, where possible, support regional employment and regeneration as well as assisting the Councils in their strategies to reduce the climate change and carbon impacts of waste management and maximising recycling and recovery of waste. The successful contractor will be obliged to comply with all committed outcomes in a social value plan to be provided as part of its tender response. Further details on the specification and other requirements can be found in the procurement documents which can be accessed in the ProContract tendering portal at https://procontract.due-north.com All completed responses to the selection questionnaire must be received in electronic form via the ProContract tendering portal by no later than 10:00 GMT on 7 September 2020. Responses submitted by post or e-mail will not be accepted. Any queries regarding this procurement or the procurement documents must be submitted electronically via the ProContract tendering portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-447dd7f4-8df3-4fcc-b985-3a60af08ef32
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/fa5ecb74-9557-4ed2-8e96-576b0d17b7fe
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
42 - Industrial machinery
45 - Construction work
51 - Installation services (except software)
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09310000 - Electricity
42320000 - Waste incinerators
45210000 - Building construction work
45222110 - Waste disposal site construction work
45251100 - Construction work for power plant
51135110 - Installation services of waste incinerators
65400000 - Other sources of energy supplies and distribution
71300000 - Engineering services
90500000 - Refuse and waste related services
Notice Value(s)
- Tender Value
- £2,100,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Jul 20205 years ago
- Submission Deadline
- 7 Sep 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2022 - 31 Mar 2051 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HARTLEPOOL BOROUGH COUNCIL
- Contact Name
- Stuart Little
- Contact Email
- stuart.little@local.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HARTLEPOOL
- Postcode
- TS24 8AY
- Post Town
- Cleveland
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC3 Tees Valley
- Small Region (ITL 3)
- TLC31 Hartlepool and Stockton-on-Tees
- Delivery Location
- TLC North East (England)
-
- Local Authority
- Hartlepool
- Electoral Ward
- Victoria
- Westminster Constituency
- Hartlepool
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/fa5ecb74-9557-4ed2-8e96-576b0d17b7fe
24th July 2020 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-447dd7f4-8df3-4fcc-b985-3a60af08ef32-2020-07-24T09:17:38+01:00",
"date": "2020-07-24T09:17:38+01:00",
"ocid": "ocds-b5fd17-447dd7f4-8df3-4fcc-b985-3a60af08ef32",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "DN488406",
"title": "Tees Valley Energy Recovery Facility Project",
"description": "Hartlepool Borough Council is procuring a solution for the design, build, financing, commissioning, testing and operation of an Energy Recovery Facility (ERF) on behalf of itself and six other neighbouring local authorities (Darlington Borough Council, Durham County Council, Middlesbrough Council, Newcastle City Council, Redcar and Cleveland Borough Council and Stockton-on-Tees Borough Council) (together, the Councils). By 2025/26, it is forecast that the Councils will be producing circa 397,000 tonnes of residual waste per annum. The ERF will be required to have a capacity that is sufficient to receive and treat all of the residual municipal solid waste from each of the Councils as forecast over the term, with any spare capacity being used to treat similar waste from third parties. The Councils are seeking a contractor who can provide a facility based on proven technology to dispose of and treat residual municipal solid waste and with the capability to generate electricity and heat for the local economy, thereby minimising diversion to landfill and climate impacts and maximising value generated from the waste treated. The successful contractor will also be responsible for all handling (including storage, marketing and recycling) of any residues from the facility. Residues must be treated in such a manner as to minimise diversion to landfill and climate impacts and maximise recovery (value from) these materials. The ERF must be constructed on a 10 hectare brownfield site at Grangetown owned by the South Tees Development Corporation which comes with the benefit of outline planning permission. Comprehensive ground condition investigations are being undertaken and the results of these will be made available to all Tenderers. The Councils' intention is to award a contract to the successful contractor in December 2021 for a 29 year term (including 3-4 years construction phase and at least 25 years operational phase) with an option to extend up to a further 11 years. The successful contractor will be required to accept and manage all contract waste from 1 April 2026. The Councils will incorporate a special purpose vehicle project company during the procurement process to act as the contracting entity. Additional information: The ERF will be required to have capacity to at least the Councils' forecast residual waste over the term, and accommodate changes in waste growth leading to an expected processing capacity of at least 450,000 tonnes of waste per annum towards the end of the term. As a sustainable solution, the ERF will be required to generate electricity from the waste treated and is to be constructed with capacity for heat offtake. The ERF will be designed to comply with Specification and all relevant planning permission and environmental permit conditions and will be required to achieve a sustained operation of at least 93% availability. The contract will incorporate a performance management framework to incentivise optimal performance. Contract waste composition risk will sit with the contractor and the design of the ERF will be expected to take into account future changes in contract waste composition, including but not limited to the impact of proposed separate weekly food waste collections and enhanced recycling capture on residues. The contractor will be required to maintain a single comprehensive electronic information management system, accessible by the Councils, for all information related to delivery of the works and services at the ERF including contract waste data, performance monitoring data (including vehicle turnaround times), health and safety, environmental and information on complaints and handling of these. A key requirement of the Councils is that the proposed solution for the ERF must, where possible, support regional employment and regeneration as well as assisting the Councils in their strategies to reduce the climate change and carbon impacts of waste management and maximising recycling and recovery of waste. The successful contractor will be obliged to comply with all committed outcomes in a social value plan to be provided as part of its tender response. Further details on the specification and other requirements can be found in the procurement documents which can be accessed in the ProContract tendering portal at https://procontract.due-north.com All completed responses to the selection questionnaire must be received in electronic form via the ProContract tendering portal by no later than 10:00 GMT on 7 September 2020. Responses submitted by post or e-mail will not be accepted. Any queries regarding this procurement or the procurement documents must be submitted electronically via the ProContract tendering portal.",
"datePublished": "2020-07-24T09:17:38+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42320000",
"description": "Waste incinerators"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45222110",
"description": "Waste disposal site construction work"
},
{
"scheme": "CPV",
"id": "45251100",
"description": "Construction work for power plant"
},
{
"scheme": "CPV",
"id": "51135110",
"description": "Installation services of waste incinerators"
},
{
"scheme": "CPV",
"id": "65400000",
"description": "Other sources of energy supplies and distribution"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 2100000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue (above threshold)",
"tenderPeriod": {
"endDate": "2020-09-07T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2022-04-01T00:00:00+01:00",
"endDate": "2051-03-31T23:59:59Z"
},
"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/fa5ecb74-9557-4ed2-8e96-576b0d17b7fe",
"datePublished": "2020-07-24T09:17:38+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/rmvc95F8",
"name": "Hartlepool Borough Council",
"identifier": {
"legalName": "Hartlepool Borough Council",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/rmvc95F8"
},
"address": {
"streetAddress": "Civic Centre, Victoria Road",
"locality": "HARTLEPOOL",
"postalCode": "TS248AY",
"countryName": "England"
},
"contactPoint": {
"name": "Stuart Little",
"email": "stuart.little@local.gov.uk"
},
"details": {
"url": "http://www.hartlepool.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/rmvc95F8",
"name": "Hartlepool Borough Council"
}
}