Tender

Tees Valley Energy Recovery Facility Project

HARTLEPOOL BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Tender

24 Jul 2020 at 08:17

Summary of the contracting process

The Hartlepool Borough Council is leading a procurement process for the "Tees Valley Energy Recovery Facility Project," aimed at constructing an energy recovery facility (ERF) capable of managing up to 450,000 tonnes of municipal solid waste annually. This initiative involves collaboration with six neighboring local authorities in the North East of England. The project is currently in the tender stage, with a deadline for submissions set for 10:00 GMT on 7 September 2020. The successful contractor will enter a 29-year contract, starting from 1 April 2026, and will be expected to ensure minimum environmental impact while maximising the recovery and disposal of waste. The estimated value of the project is £2.1 billion, with a structured approach through competitive dialogue procurement methods.

This tender presents significant opportunities for businesses specialising in waste management, construction, energy supply, and environmental services. Companies that are well-versed in innovative waste treatment technologies, as well as those with capabilities in building and operating energy generation facilities, will find this project particularly relevant. The procurement emphasizes not only effective resource management but also regional employment and sustainability, making it an appealing prospect for SMEs aiming to enhance their footprint in environmental solutions while adhering to stringent regulatory requirements.

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

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.

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

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

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-b5fd17-447dd7f4-8df3-4fcc-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"
    }
}