Notice Information
Notice Title
Southend Residual and Bulky Waste disposal 2022
Notice Description
Southend-on-Sea City Council ("The Authority") is seeking expressions of interest from suitably qualified and experienced organisations for the receipt, acceptance, handling, processing treatment and disposal of Residual and Bulky Waste arising from the Southend-on-Sea City Council administrative area. The Authority estimates that the Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum but shall not provide a guarantee of minimum tonnage. The Authority is conducting this procurement through a streamlined competitive dialogue procedure of the Public Contracts Regulations 2015 (as amended) and its needs and requirements for the contract are included in the procurement documents published with this notice.
Lot Information
Lot 1
Southend-on-Sea City Council ("The Authority") is a unitary council with responsibility for both waste collection and disposal. This contract is for the receipt, acceptance, handling, processing, treatment and disposal of the residual waste streams collected from within the Authority's administrative area. Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste collected from the kerbside, bulky waste deposited by residents at household waste and recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The Authority does not currently collect Commercial Waste but has an aspiration to include this in its collection arrangements in the near future. The Authority therefore reserves the right to introduce residual and bulky waste streams from its commercial waste collection to this Contract should it operate such a service during the Contract term. The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum tonnage. The Authority's waste collection contractor operates a Waste Transfer Station where all Residual and Bulky waste is stored for bulking up for onward transportation to treatment and disposal destinations. The Authority's waste collection contractor is also responsible for the haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky Waste. The Authority is technology and solution neutral, provided that the proposal meets the Authority's needs and requirements as set out in the procurement documents. The Authority does not require exclusive bespoke facilities to be provided and is willing to consider all options that may be offered provided that they are deliverable, will achieve the Authority's requirements and subject to cost.
Options: The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months . Therefore if the all extensions were taken, then the full contract duration shall be 122.5 months.
Renewal: The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months . Therefore if all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-035227
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007169-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
90510000 - Refuse disposal and treatment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £22,908,103 £10M-£100M
Notice Dates
- Publication Date
- 13 Mar 20232 years ago
- Submission Deadline
- 15 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Feb 20233 years ago
- Contract Period
- 16 Jan 2023 - 31 Mar 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTHEND-ON-SEA CITY COUNCIL
- Contact Name
- Mr Anton Bull
- Contact Email
- antonbull@southend.gov.uk
- Contact Phone
- +44 1702215000
Buyer Location
- Locality
- SOUTHEND ON SEA
- Postcode
- SS2 6ER
- Post Town
- Southend-on-Sea
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH31 Southend-on-Sea
- Delivery Location
- TLH31 Southend-on-Sea
-
- Local Authority
- Southend-on-Sea
- Electoral Ward
- Victoria
- Westminster Constituency
- Southend East and Rochford
Further Information
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-h6vhtk-035227-2023-03-13T09:50:45Z",
"date": "2023-03-13T09:50:45Z",
"ocid": "ocds-h6vhtk-035227",
"description": "The Authority is seeking a single contract to provide services as described in Section II.2.4 (Description of the Procurement). The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents. This procurement exercise will be conducted pursuant to the competitive dialogue procedure using the Authority's electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login) Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com Following submissions of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to select those highest scoring EIGHT (8) economic operators to the invitation to participate in dialogue and invitation to tender stage provided there are sufficient economic operators that submit and pass the SQ stage. It is the Authority's intention to conduct one round of dialogue with each economic operator to identify proposals which meets its requirements. The Authority reserves the right to add stages to the procurement process or revise this process. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit their tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender. Interested organisations should note that all tonnage information is given for guidance only: it may fluctuate and in any event is not warranted by the Authority. It is anticipated that the services will commence on 16.01.2023 but the Authority reserves the right to amend this should the procurement timetable need to be extended to ensure that the Authority identifies a solution/solutions capable of meeting its needs and providing value for money. Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process. The Authority reserves the right to abandon this procurement exercise at any stage and / or not award any contract. The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The Authority reserves the right to omit any part of the Services at any stage and to require those in the process to adjust their solutions accordingly. Applicants should note that the procurement documents 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 documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in dialogue.",
"initiationType": "tender",
"tender": {
"id": "DN621176",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Southend Residual and Bulky Waste disposal 2022",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
"mainProcurementCategory": "services",
"description": "Southend-on-Sea City Council (\"The Authority\") is seeking expressions of interest from suitably qualified and experienced organisations for the receipt, acceptance, handling, processing treatment and disposal of Residual and Bulky Waste arising from the Southend-on-Sea City Council administrative area. The Authority estimates that the Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum but shall not provide a guarantee of minimum tonnage. The Authority is conducting this procurement through a streamlined competitive dialogue procedure of the Public Contracts Regulations 2015 (as amended) and its needs and requirements for the contract are included in the procurement documents published with this notice.",
"lots": [
{
"id": "1",
"description": "Southend-on-Sea City Council (\"The Authority\") is a unitary council with responsibility for both waste collection and disposal. This contract is for the receipt, acceptance, handling, processing, treatment and disposal of the residual waste streams collected from within the Authority's administrative area. Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste collected from the kerbside, bulky waste deposited by residents at household waste and recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The Authority does not currently collect Commercial Waste but has an aspiration to include this in its collection arrangements in the near future. The Authority therefore reserves the right to introduce residual and bulky waste streams from its commercial waste collection to this Contract should it operate such a service during the Contract term. The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum tonnage. The Authority's waste collection contractor operates a Waste Transfer Station where all Residual and Bulky waste is stored for bulking up for onward transportation to treatment and disposal destinations. The Authority's waste collection contractor is also responsible for the haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky Waste. The Authority is technology and solution neutral, provided that the proposal meets the Authority's needs and requirements as set out in the procurement documents. The Authority does not require exclusive bespoke facilities to be provided and is willing to consider all options that may be offered provided that they are deliverable, will achieve the Authority's requirements and subject to cost.",
"contractPeriod": {
"startDate": "2023-01-16T00:00:00Z",
"endDate": "2028-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months . Therefore if all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months . Therefore if the all extensions were taken, then the full contract duration shall be 122.5 months."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Method Statements",
"type": "quality",
"description": "30"
},
{
"name": "Carbon Emissions",
"type": "quality",
"description": "10"
},
{
"name": "Total price + Authority's Haulage Costs",
"type": "cost",
"description": "60"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
}
],
"deliveryAddresses": [
{
"region": "UKH31"
},
{
"region": "UKH31"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (made available in draft with the procurement documents published with this contract notice)."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-08-15T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-08-29T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 60
}
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-47541",
"name": "Southend-on-Sea City Council",
"identifier": {
"legalName": "Southend-on-Sea City Council"
},
"address": {
"streetAddress": "Civic Centre, Victoria Avenue",
"locality": "Southend on Sea",
"region": "UKH31",
"postalCode": "SS2 6ER",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Anton Bull",
"telephone": "+44 1702215000",
"email": "antonbull@southend.gov.uk",
"url": "https://procurement.southend.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southend.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
],
"buyerProfile": "http://www.southend.gov.uk/"
}
},
{
"id": "GB-FTS-3271",
"name": "High Courts of Justice",
"identifier": {
"legalName": "High Courts of Justice"
},
"address": {
"streetAddress": "The Royal Court of Justice",
"locality": "London",
"postalCode": "WCA 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-77308",
"name": "SUEZ Recycling and Recovery UK Limited",
"identifier": {
"legalName": "SUEZ Recycling and Recovery UK Limited"
},
"address": {
"streetAddress": "SUEZ House, Grenfell Road",
"locality": "Maidenhead",
"region": "UKH31",
"postalCode": "SL6 1ES",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-47541",
"name": "Southend-on-Sea City Council"
},
"language": "en",
"awards": [
{
"id": "007169-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77308",
"name": "SUEZ Recycling and Recovery UK Limited"
}
]
}
],
"contracts": [
{
"id": "007169-2023-1",
"awardID": "007169-2023-1",
"status": "active",
"value": {
"amount": 22908103,
"currency": "GBP"
},
"dateSigned": "2023-02-10T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 22908103,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 30081233,
"currency": "GBP"
}
]
}
}