Tender Details
Title

EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract Tendring District Council (the 'Authority') is seeking to procure the provision of a waste and recycling collection and street cleansing contract. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field). Organisations wishing to take part ...

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
15.11.2024
Overview
EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract Tendring District Council (the 'Authority') is seeking to procure the provision of a waste and recycling collection and street cleansing contract. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field). Organisations wishing to take part ... Tendring District Council EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract - Opportunity EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract Tendring District Council F02: Contract notice Notice reference: 2024/S 000-033463 Published 16 October 2024, 7:01pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Tendring District Council Town Hall, Station Road Clacton-on-Sea CO16 1SE Contact Jonathan Hamlet Email jhamlet@tendringdc.gov.uk Country United Kingdom NUTS code UKH - East of England Internet address(es) Main address https://www.tendringdc.gov.uk/ Buyer's address https://www.tendringdc.gov.uk/ one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/ one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title EPP0103 Integrated Recycling, Waste Collection and Street Cleansing Contract Reference number DN711618 two.1.2) Main CPV codeII.1.2) Main CPV code 90500000 - Refuse and waste related services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description Tendring District Council (the ‘Authority’) is seeking to procure the provision of a waste and recycling collection and street cleansing contract. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-sourcing portal (ProContract). Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the e-sourcing portal (ProContract), in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £220,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 90000000 - Sewage, refuse, cleaning and environmental services 90500000 - Refuse and waste related services 90510000 - Refuse disposal and treatment 90511000 - Refuse collection services 90612000 - Street-sweeping services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH3 - Essex two.2.4) Description of the procurementII.2.4) Description of the procurement The Tendring District includes the tourist towns of Clacton, Frinton, Walton, Brightlingsea, Harwich and Manningtree. The district's main areas of population being seaside with the Centre of the district being rural. Residential property numbers for Tendring District of approximately 75,210 as of July 2024 with the Councils current local plan target of 550 new build properties per year and for 2022/23 had a recycling rate of 38.60%. With the seafront areas within Tendring attracting tourists and visitors there are very wide seasonal variations in the level of use of the seafront and Town Centre areas by members of the public and in the amount of litter and waste generated. Additionally, every year a number of major public events on parts of the contract area take place which all generate the need for cleaning during and immediately after the event. The successful bidder (the "Contractor") will provide the following services in the delivery of the Contract (the procurement documents provide further information about these elements of the services): Waste Collection and Recycling Services: • Household residual waste collection • Household dry recycling collection • Household food waste collection • Household garden waste collection • Household Bulky waste collection • Commercial Waste and recycling service • Container Management • Assisted Collections • Dry Mixed Recycling treatment / Materials management (The Risk share between the Council and Contractor to be discussed during Dialogue; details can be found in the procurement documents.) • Provide a customer contact centre for first contact enquiries and complaints Street cleansing service: • Mechanical and manual cleansing • Litter bin service. • Subways, footbridges and bridges. • Car park cleansing • Removal of fly-tipped materials and abandoned waste • Dead animals clearance • Seasonal leaf fall management. • Special events cleansing, summer season and night time economy • High speed road cleansing • Dog fouling removal • Seafront and beach area cleansing Other Services: • Provision caged vehicle and resources Provision of compact mechanical high pressure washer for pedestrian areas in Clacton Town Centre The Council owned depot, which is currently utilised by the incumbent contractor for the waste, recycling and street cleansing services will also be offered for use as part of this contract provision. The funding of Vehicles is to be discussed during Dialogue; details can be found in the procurement documents. Following submissions of the completed SQs, the Authority will apply the selection stage criteria, as set out in the procurement documentation. The Authority intends to select three (3) (and no more than four (4)) economic operators to progress from the SQ stage to the Invitation To Participate in Dialogue and Invitation to Submit Detailed Solutions stage. The Authority will then commence dialogue with the Bidders who have passed the SQ Stage and at the conclusion of these dialogue meetings, Bidders will be required to submit their detailed solutions. Following evaluation of detailed solutions the Authority will invite all the Bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and Bidders invited to submit a final tender before a Preferred Bidder is selected that represents the most economically advantageous tender. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social Value / Weighting: 5 Price - Weighting: 65 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £220,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 96 This contract is subject to renewal Yes Description of renewals The Contract will be for an initial term of eight (8) years with the option to extend period or any number of periods not exceeding a total of a further eight (8) years. two.2.9) Information about the limits on the number of candidates to be invitedII.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 3 Maximum number: 4 two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions The Contractor shall have all necessary waste carriers licence(s) and environmental permit(s) for the delivery of the Services. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions Details are set out in the procurement documents Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Competitive dialogue four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueIV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure Notice number: 2024/S 000-008199 four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 15 November 2024 Local time 12:00pm four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 25 November 2024 four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 15 (from the date stated for receipt of tender) Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.3) Additional informationVI.3) Additional information TUPE is likely to apply to this procurement. Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the Authority. The procurement is being managed through the Authority's procurement portal. To be able to access the Selection Questionnaire document and the draft procurement documents, economic operators will need to register their company details on the portal. Interested economic operators are recommended to check that they can access the documents, and any problems should be reported to the helpdesk at https://supplierhelp.due-north.com/. The Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. The Authority further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly. The estimated value at Sections II.1.5 and II.2.6 is for the entire maximum possible contract period of sixteen (16) years. In arriving at the estimated value, the Authority has considered without limitation current value of the services, vehicles, fuel, an allowance for inflation, impact of growth and potential key service change to be permitted under the Contract. The estimated value takes into account indexation of the contract price based upon the most up to date information at the time of publishing this notice, which is anticipated to be a mechanism under the Contract, the specific terms of which are to be further explored through dialogue. The duration provided at Section II.2.7 is for the entire maximum possible contract period. The initial contract period is for eight (8) years but may be extended by up to a further eight (8) years. Vehicles in the fleet are anticipated to be predominantly financed by the Contractor and to be owned by the Authority. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the Selection Questionnaire and the procurement process as a whole. Under no circumstances will the Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise. Applicants should note that the procurement documentation 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 documentation and final details and versions will be confirmed to those applicants who are invited to participate in dialogue six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body High Court The Strand WC2A 2LL Country United Kingdom Back to top 1729240096 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action EPP0103 Integrated Recycling, Waste Collection and Street Cleansing ContractTendring District Council  Tendring District Council (the 'Authority') is seeking to procure the provision of a waste and recycling collection and street cleansing contract. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field). Organisations wishing to take part ...  Notice typeF02: Contract noticeClosing15 November 2024, 12:00pmContract locationUKH3 - EssexTotal value £220,000,000 Publication date16 October 2024, 7:01pm
NAICS
Business All Other Professional Jewelry Computing Infrastructure Providers Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Religious Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Highway Turned Product and Screw Other Waste Collection Other Justice Highway Commercial Jewelry Courts Waste Collection Courts Highway Financial Transactions Processing Waste Collection Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Dry Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Dried, salted, smoked or seasoned meat Petroleum products, fuel, electricity and other sources of energy Earthmoving and excavating machinery, and associated parts Washers Collection, transport and disposal of hospital waste Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Other containers System, storage and content management software package Mains Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Frames Fuels Small animals Sewage work Bridge Permits Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Dry goods System, storage and content management software development services Food, beverage and tobacco-processing machinery Large containers Watches Refuse disposal and treatment Bins Vats Installation services of equipment for measuring, checking, testing and navigating Sewage, refuse, cleaning and environmental services Food, beverages, tobacco and related products Parts of other vehicles Other services Seats, chairs and related products, and associated parts Keys Radio, television, communication, telecommunication and related equipment Manuals Parts of fuel, hand and concrete pumps Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Dogs Fuels Nuts Washers Awards Watches Refuse disposal and treatment Population Footbridge Subway Single room Case making services Recycling services Cleaning, sorting, and grading machine parts and accessories Suction pump, manual
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Infrastructure Environmental Work Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert