Tender

Tender Ref PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste

DERBYSHIRE COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Tender

06 Jan 2025 at 16:11

Planning

21 Mar 2023 at 16:12

Summary of the contracting process

Derbyshire County Council and Derby City Council, the contracting authorities, have issued a tender (Ref PLACE310) seeking to appoint a contractor for the rectification and operation of the Derby and Derbyshire Waste Treatment Centre (DDWTC) located at Sinfin Lane, Derby, DE24 9GF. This procurement, falling under the industry category of refuse and waste related services, is in the tender stage with bids due by 6th February 2025 at 12:00 PM. The project involves a two-phase contract, initially a Preservation and Due Diligence Contract (PDD Contract) followed by the main DDWTC Contract, with a total estimated value of £1.28 billion. Furthermore, this strategic initiative is designed for a term extending up to 40 years, allowing for substantial initial and potentially extended operational management as part of its commercial lifecycle.

This tender offers significant opportunities for businesses specialising in waste management, engineering, and facility operation services. Companies with expertise in mechanical and biological treatment, mechanical recovery of recyclable materials, advanced conversion technology for waste, and associated engineering services would be well-suited to compete. The contract encompasses a series of critical tasks, including the inspection, rectification, commissioning, and long-term operation of the advanced waste treatment facility. Businesses with robust capabilities in achieving stringent operational and environmental standards, and those able to manage comprehensive waste treatment solutions, will find this engagement provides substantial growth potential within an established infrastructure framework. Additionally, the competitive dialogue procurement method ensures a collaborative approach, encouraging innovative solutions and strategic partnerships for sustainable waste management.

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

Tender Ref PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste

Notice Description

Derbyshire County Council and Derby City Council ("the Councils") are seeking to appoint a contractor to provide services and works in respect of the Derby and Derbyshire Waste Treatment Centre at Sinfin Lane, Derby, DE24 9GF ("DDWTC"). The DDWTC is a treatment facility for the disposal of residual municipal waste collected by the Councils. The successful contractor will be required to: preserve the DDWTC whilst undertaking due diligence services; rectify, commission and optimise the DDWTC; and then continue to operate and maintain the DDWTC to provide waste management services from the facility. The opportunity comprises of two contracts; (i) a Preservation and Due Diligence Contract ("PDD Contract"); and (ii) a DDWTC Contract, which will cover the phases of the works and services summarised below and in the draft ITPD document, Background Document; Commercial Principles Table and the Finance Principles Paper available at www.eastmidstenders.org

Lot Information

Lot 1

Continued from II.1.4) The DDWTC comprises of a Mechanical Biological Treatment for the drying of waste; a Mechanical Recovery Facility for the separation of recyclable materials; and a thermal treatment facility using Advanced Conversion Technology (ACT) (gasification) for the end disposal of residual waste. Heat produced by the ACT is used to generate electricity. The DDWTC is designed to treat 190,000 tonnes of residual waste a year. The Councils generate around 60,000 tonnes of additional residual waste per annum but this will be managed through a separate Contract and does not form part of this opportunity. The successful contractor will not be required to treat waste at the facility until steady operations have been achieved. Waste required for testing and commissioning (up to 190,000 tonnes per annum) will be provided by the Councils. The DDWTC is not currently operational. It is being preserved by an on-site operations team with the intention that the facility can be brought back into operation as part of this opportunity. As part of this procurement process, interested organisations will be provided with various survey information relating to the DDWTC to provide further information on the extent and nature of the works required to bring the DDWTC back into operation. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process. The PDD Contract will be a short term contract which will provide for the successful contractor to undertake due diligence services and preserve the current condition of the DDWTC, equipment and assets and provide security at the site. Access to the DDWTC will only be granted at this time and there are a number of activities that the successful contractor will need to complete under the PDD Contract. The PDD Contract activities will enable the successful contractor to inspect and survey the condition of the DDWTC to enable it to develop and finalise its rectification plan and fix critical plan for the DDWTC. This will support a financial investment decision to be taken by the Councils to approve the works. It is not anticipated that waste will be treated or electricity generated under the PDD Contract. The DDWTC Contract is the main long term contract for the project if the Councils approve the rectification plan solution. The DDWTC Contract will be a single contract based on a partnering approach and will deal with the rectification, optimisation, operation and maintenance of the DDWTC. The DDWTC Contract will only proceed through the various phases provided for in it if the successful contractor achieves certain pre-agreed levels of activity and where the Councils deem the project to remain commercially viable. During the DDWTC Contract, the successful contractor is anticipated to accept, process and treat up to 190,000 tonnes per annum of residual waste at the DDWTC. Further information can be found in the documents made available at www.eastmidstenders.org Additional information: The Councils reserve the right not to award the opportunity or to award only party (or a different arrangement) of the opportunity described in this contract notice.

Options: The PDD Contract is anticipated to be for a term of 18 months. The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility.

Renewal: The PDD Contract is anticipated to be for a term of 18 months. The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b4d4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000235-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45220000 - Engineering works and construction works

51131000 - Installation services of steam generators

51133000 - Installation services of turbines

71310000 - Consultative engineering and construction services

71323200 - Plant engineering design services

71333000 - Mechanical engineering services

71510000 - Site-investigation services

71620000 - Analysis services

71630000 - Technical inspection and testing services

77314000 - Grounds maintenance services

79400000 - Business and management consultancy and related services

79710000 - Security services

79993000 - Building and facilities management services

90500000 - Refuse and waste related services

90510000 - Refuse disposal and treatment

90530000 - Operation of a refuse site

90715220 - Industrial site investigation

Notice Value(s)

Tender Value
£1,280,000,000 £1B-£10B
Lots Value
£1,280,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jan 20251 years ago
Submission Deadline
6 Feb 2025Expired
Future Notice Date
2 Jul 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DERBYSHIRE COUNTY COUNCIL
Additional Buyers

DERBY CITY COUNCIL

DERBY CITY COUNCIL.

Contact Name
Mr Tim Dence, Teresa Gerrard
Contact Email
rachael.andrews@derby.gov.uk, teresa.gerrard@derby.gov.uk, tim.dence@derbyshire.gov.uk
Contact Phone
+44 1629532200

Buyer Location

Locality
MATLOCK
Postcode
DE4 3AH
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF11 Derby
Delivery Location
TLF1 Derbyshire and Nottinghamshire

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby South

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-h6vhtk-03b4d4-2025-01-06T16:11:46Z",
    "date": "2025-01-06T16:11:46Z",
    "ocid": "ocds-h6vhtk-03b4d4",
    "initiationType": "tender",
    "tender": {
        "id": "DN715998",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tender Ref PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90500000",
            "description": "Refuse and waste related services"
        },
        "mainProcurementCategory": "services",
        "description": "Derbyshire County Council and Derby City Council (\"the Councils\") are seeking to appoint a contractor to provide services and works in respect of the Derby and Derbyshire Waste Treatment Centre at Sinfin Lane, Derby, DE24 9GF (\"DDWTC\"). The DDWTC is a treatment facility for the disposal of residual municipal waste collected by the Councils. The successful contractor will be required to: preserve the DDWTC whilst undertaking due diligence services; rectify, commission and optimise the DDWTC; and then continue to operate and maintain the DDWTC to provide waste management services from the facility. The opportunity comprises of two contracts; (i) a Preservation and Due Diligence Contract (\"PDD Contract\"); and (ii) a DDWTC Contract, which will cover the phases of the works and services summarised below and in the draft ITPD document, Background Document; Commercial Principles Table and the Finance Principles Paper available at www.eastmidstenders.org",
        "value": {
            "amount": 1280000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Continued from II.1.4) The DDWTC comprises of a Mechanical Biological Treatment for the drying of waste; a Mechanical Recovery Facility for the separation of recyclable materials; and a thermal treatment facility using Advanced Conversion Technology (ACT) (gasification) for the end disposal of residual waste. Heat produced by the ACT is used to generate electricity. The DDWTC is designed to treat 190,000 tonnes of residual waste a year. The Councils generate around 60,000 tonnes of additional residual waste per annum but this will be managed through a separate Contract and does not form part of this opportunity. The successful contractor will not be required to treat waste at the facility until steady operations have been achieved. Waste required for testing and commissioning (up to 190,000 tonnes per annum) will be provided by the Councils. The DDWTC is not currently operational. It is being preserved by an on-site operations team with the intention that the facility can be brought back into operation as part of this opportunity. As part of this procurement process, interested organisations will be provided with various survey information relating to the DDWTC to provide further information on the extent and nature of the works required to bring the DDWTC back into operation. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process. The PDD Contract will be a short term contract which will provide for the successful contractor to undertake due diligence services and preserve the current condition of the DDWTC, equipment and assets and provide security at the site. Access to the DDWTC will only be granted at this time and there are a number of activities that the successful contractor will need to complete under the PDD Contract. The PDD Contract activities will enable the successful contractor to inspect and survey the condition of the DDWTC to enable it to develop and finalise its rectification plan and fix critical plan for the DDWTC. This will support a financial investment decision to be taken by the Councils to approve the works. It is not anticipated that waste will be treated or electricity generated under the PDD Contract. The DDWTC Contract is the main long term contract for the project if the Councils approve the rectification plan solution. The DDWTC Contract will be a single contract based on a partnering approach and will deal with the rectification, optimisation, operation and maintenance of the DDWTC. The DDWTC Contract will only proceed through the various phases provided for in it if the successful contractor achieves certain pre-agreed levels of activity and where the Councils deem the project to remain commercially viable. During the DDWTC Contract, the successful contractor is anticipated to accept, process and treat up to 190,000 tonnes per annum of residual waste at the DDWTC. Further information can be found in the documents made available at www.eastmidstenders.org Additional information: The Councils reserve the right not to award the opportunity or to award only party (or a different arrangement) of the opportunity described in this contract notice.",
                "value": {
                    "amount": 1280000000,
                    "currency": "GBP"
                },
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 14400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The PDD Contract is anticipated to be for a term of 18 months. The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility."
                },
                "secondStage": {
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "In accordance with the criteria and methodology described within the tender documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The PDD Contract is anticipated to be for a term of 18 months. The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51131000",
                        "description": "Installation services of steam generators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51133000",
                        "description": "Installation services of turbines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71323200",
                        "description": "Plant engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71620000",
                        "description": "Analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90530000",
                        "description": "Operation of a refuse site"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90715220",
                        "description": "Industrial site investigation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF1"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-07-03T00:00:00+01:00"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.eastmidstenders.org",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Continued from II2.14. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole. The Councils entering into the DDWTC Contract is subject to a financial investment decision to be taken by the Councils at their absolute discretion following the completion of the PPD contract. The estimated values in II.1.5 and II.2.6 represents the estimated value of the project to the successful contractor over the term of the contracts. The estimated range is between PS1.1bn and PS1.3bn. It is anticipated that the successful contractor will secure in the region of PS208m as third party revenue in the operation of the DDWTC but this will be passed through to the Councils. Consequently this value has not between included the estimated values at II.1.5 and II.2.6. The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain incentives. Contract conditions may relate to these considerations."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2025-03-10T00:00:00Z"
        },
        "tenderPeriod": {
            "endDate": "2025-02-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "Deadline for Review Procedures: In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-78035",
            "name": "Derbyshire County Council",
            "identifier": {
                "legalName": "Derbyshire County Council"
            },
            "address": {
                "streetAddress": "County Hall. P.O.Box 2",
                "locality": "Matlock",
                "region": "UKF1",
                "postalCode": "DE4 3AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Tim Dence",
                "telephone": "+44 1629532200",
                "email": "tim.dence@derbyshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derbyshire.gov.uk/",
                "buyerProfile": "http://www.derbyshire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-78036",
            "name": "Derby City Council.",
            "identifier": {
                "legalName": "Derby City Council."
            },
            "address": {
                "locality": "Derby.",
                "region": "UKF1",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Rachael.Andrews@derby.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derbyshire.gov.uk"
            }
        },
        {
            "id": "GB-FTS-4363",
            "name": "Derbyshire County Council",
            "identifier": {
                "legalName": "Derbyshire County Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Matlock",
                "region": "UKF1",
                "postalCode": "DE4 3AG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Tim Dence",
                "email": "tim.dence@derbyshire.gov.uk",
                "url": "https://www.eastmidstenders.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derbyshire.gov.uk/",
                "buyerProfile": "http://www.derbyshire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-134014",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "Council House Corporation Street Derby",
                "locality": "Derby",
                "region": "UKF1",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Teresa Gerrard",
                "email": "teresa.gerrard@derby.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derby.gov.uk"
            }
        },
        {
            "id": "GB-FTS-5068",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4363",
        "name": "Derbyshire County Council"
    },
    "language": "en",
    "description": "Requests to participate must be by way of completion and return of the SQ pre-qualification questionnaire (\"SQ\") by the date and time specified in Section IV.2.2. The Councils reserve the right not to accept submission of applications that are received after the deadline. Interested organisations are encouraged to submit their submission well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to high volumes of traffic attempting to submit applications on the same date at the same time. Interested organisations should note that the procurement documents (including the Background Document, ITPD, Commercial Principles Table are draft documents at this stage, providing indicative information of the Councils' intended approach in the procurement process and are for general information only. The Councils reserve 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 the tender stages of the procurement procedure. Applicants should note that it is the Councils intent to shortlist a maximum of three applicants from the SQ stage to be invited to conduct dialogue. It is also the intent that the Councils receive final tenders from all three applicants with no de-selection of bidders/bids during the dialogue stage. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process."
}