Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 20th Jun 2024

Tender Details
Referenceocds-h6vhtk-047194
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen procedure
Value£600,000
« Previous Page

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 20th Jun 2024

Tender Details
Referenceocds-h6vhtk-047194
Common Procurement VocabularyRefuse recycling services
Procurement MethodOpen procedure
Value£600,000

Section I: Contracting authority

I.1) Name and addresses

Epping Forest District Council

Civic Offices, High Street

Epping

CM16 4BZ

Email

procurement [at] eppingforestdc.gov.uk

Telephone

+44 1992564000

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

www.eppingforestdc.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Refuse-recycling-services./M5HCSJ9Q96

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/A83CD79T8N

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Processing and Selling of Dry and Mixed Recycling (DMR)

Reference number

EFDC DMR

II.1.2) Main CPV code

  • 90514000 - Refuse recycling services

II.1.3) Type of contract

Services

II.1.4) Short description

Processing and Selling of Dry Mixed Recycling (DMR)

The Council is seeking a contractor to provide a suitable delivery point for the delivery of DMR and the onward processing of that DMR.

This contract will be for the benefit of Epping Forest District Council and its subsidiaries (wholly owned and joint venture) - the Council reserves the right to novate this contract to one of its subsidiaries during the contract period. Further information can be found in the ITT and Specification on the role of subsidiaries.

This procurement is being undertaken using the open procedure under the Public Contracts Regulations 2015.

II.1.5) Estimated total value

Value excluding VAT: £600,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

II.2.4) Description of the procurement

Processing and Selling of Dry Mixed Recycling (DMR)

The Council is seeking a single contractor to provide a suitable delivery point within 30 minutes of North Weald Airfield to receive approximately 12,000 tonnes per annum of dry mixed recycling (DMR) delivered by or on behalf of the Council and then to deliver the subsequent sorting and onward sale/rep-processing in a manner that maximises quality, quantity and value. No composition or volume guarantee is provided. The contractor will have exclusivity over in scope DMR subject to rights under the agreement to remove that exclusivity. In scope DMR is kerbside collected household DMR and household DMR collected from bring banks within the Council’s area subject to certain waste streams that are excluded. The contractor will be required to accept all DMR (other than that excluded from scope under the agreement) delivered by the Council including all DMR that the Council is obliged by law to collect.

The eventual agreement will be with the Council. The Council has one or more wholly owned companies including Terra Verde Services Limited (TVSL). TVSL is a Teckal/Regulation 12 compliant entity established to undertake the waste collection service from November 2024. The Council does not have any current plan to novate this Agreement to TVSL or any other wholly or jointly owned entity but reserves the right to do so. This procurement is therefore for the benefit of the Council and any such wholly or jointly owned entity.

The agreement will be in place for a term of six years (intended to be from 4 November 2024) subject to the right of the Council to serve not less than six months notice at any time (but which cannot expire prior to 3 November 2026) to break the agreement early. Other termination rights are granted under the agreement.

The valuation of this procurement assumes an average spend (excluding VAT and indexation) per annum of £100,000 by the Council. The Council acknowledges that the spend by the Council may not represent the full value of the agreement to the successful Contractor given the Contractor may derive income from its use/recycling of the materials delivered by the Council under the Agreement. The Council is not in a position to value that additional value given the nature of the materials commodity markets.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 November 2024

End date

3 November 2030

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

As outlined above, the Council will have a rolling break option.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A83CD79T8N


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

22 July 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

22 July 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Refuse-recycling-services./M5HCSJ9Q96

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/M5HCSJ9Q96

GO Reference: GO-2024620-PRO-26673479

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Royal Courts of Justice, Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will observe a minimum ten (10) calendar day standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award.

The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge – usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.