Waste disposal contract for North Devon and Torridge
This tender opportunity is primarily for the disposal of the Local Authority Collected Waste (LACW) arising within the North Devon and Torridge District Councils’ boundaries. The Contract requires a Non-landfill waste disposal solution which maximises Recovery.
UK-Exeter: Refuse disposal and treatment
2013/S 094-160507
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Devon County Council
County Hall, Matford Lane Offices, Waste Management Services, Room M21
For the attention of: Saeed Mirehsan
EX2 4QD Exeter
UNITED KINGDOM
Telephone: +44 1392383383
E-mail: saeed.mirehsan@devon.gov.uk
Fax: +44 1392382342
Internet address(es):
General address of the contracting authority: www.devon.gov.uk
Address of the buyer profile: www.supplyingthesouthwest.org.uk
Further information can be obtained from: Devon County Council
Internet address: www.supplyingthesouthwest.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Devon County Council
Internet address: www.supplyingthesouthwest.org.uk
Tenders or requests to participate must be sent to: Devon County Council
Internet address: www.supplyingthesouthwest.org.uk
Section II: Object of the contract
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Districts of North Devon and Torridge.
NUTS code UKK4
The Contract requires a Non-landfill waste disposal solution which maximises Recovery.
The solution may therefore entail the provision of a Facility that is suitably located within the administrative boundaries of the above mentioned Districts Councils and to which Contract Waste will be delivered. Contract Waste shall then be transported in bulk to a suitable waste Treatment Facility, which is provided by the Contractor.
Alternatively, the solution may entail the provision of a waste Processing Facility within the district boundaries which can receive and Treat the Contract Waste. Please refer to Section VI.3 for further information.
90510000
in Torridge.
The Authority wishes to move away from landfill for both environmental and economic reasons and requires a Non-landfill waste disposal solution which maximises Recovery with only residues from any Treatment process going to landfill.
Estimated value excluding VAT:
Range: between 30 000 000 and 80 000 000 GBP
Section III: Legal, economic, financial and technical information
In accordance with Article 45 to 50 of Directive 2004/18/EC and regulations 23 to 25 of the Public Contracts Regulations 2006 and set out in the PQQ available from the address in section I.1.
In accordance with Article 48 to 50 of Directive 2004/18/EC and regulation 25 of the Public Contracts Regulations 2006 and set out in the PQQ available from the address in section I.1.
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Restricted procedures – public contracts regulations 2006 – 16,9,b. If the pre-qualification process identifies fewer than 8 applicants being eligible for tendering, then all such eligible tenderers will be invited to tender.
Section VI: Complementary information
Devon county council
Waste disposal contract for north devon and torridge districts
(CPV Code: 90510000 Refuse disposal and treatment)
Notification of intent to tender the ‘residual local authority collected waste recovery and disposal contract’
Notice is hereby given that Devon County Council (the Authority), is seeking to enter into an agreement with an Economic Operator who will undertake the Recovery and disposal of Local Authority Collected Waste (LACW) which is collected by North Devon Council and Torridge District Council.
This notice is being placed on the Authority’s e-tendering portal at: www.supplyingthesouthwest.org.uk to advertise the Contract and make aware those contractors who may wish to express their interest in tendering for the Contract. A notice to this effect shall be concurrently dispatched to the Official Journal of the European Communities.
The following documents can be accessed by Economic Operators through the above e-tendering portal:
1) Pre Qualification Questionnaire
2) Map of the area within which the Authority would prefer the Facility to be located;
3) Map identifying the boundaries for Compliant Bids and Variant Bids
4) List of the definitions used in this notice and the Draft Specification;
5) Draft Specification (the final version will be issued at ITT stage);
6) Indicative tonnage data
Expressions of interest – restrictive procedure:
The Contract will be tendered for electronically through the Authority’s e-tendering portal.
The tendering process shall be in accordance with the restrictive procedure as set out in Regulation 16 of the Public Contracts Regulations 2006, as amended. Applicants that wish to tender for the Contract must first register their details with the Authority’s web site and complete and return a PQQ. The selection criteria to tender are detailed within the PQQ. The completed PQQ will be used to assess the Applicants’ eligibility.
Subject to eligibility, a maximum of eight Applicants shall be invited to tender. Should less than eight eligible Applicants apply to participate in the tendering process for the Contract, then all such eligible Applicants shall be invited to tender.
The Authority reserves the right not to proceed with the procurement of this service at any time during the tendering process, which shall include the right not to award the contract at all.
The Council is a Public Authority under the Freedom of Information Act 2000 and all information received will be dealt with in compliance with this Act.
PQQ submission dead-lines:
The Completed PQQ forms must be submitted electronically through the Authority’s e-tendering portal.
The dead-line for the electronic return of the completed PQQ will be 12.00 Noon on Monday 17th June 2013.
The closing time for raising queries associated with the PQQ will be 12.00 Noon on Monday 10th June 2013.
The PQQ evaluation process is anticipated to be completed in July 2013.
The above time scales are indicative only and the Authority reserves its right to revise these.
Background information and brief description of the service requirements:
North Devon and Torridge currently dispose of approximately 40 000 t of LACW
each year, arising from domestic collections and recycling centres. The waste is currently disposed at a landfill site
in Torridge.
The Authority wishes to move away from landfill for both environmental and economic reasons and requires a waste disposal solution which maximises Recovery with only residues from any Treatment going to Landfill.
This tender opportunity is primarily for the disposal of the LACW within the North Devon and Torridge District Councils’ boundaries. However, the Contract does not intend to give the successful Contractor exclusive rights over the ownership of the waste generated within North Devon or Torridge. Therefore, the Contract would not exclude the possibility of waste from North Devon or Torridge being diverted elsewhere from this Contract. Nor would the Contract exclude the possibility of similar LACW generated elsewhere in Devon, being delivered to the Contractor to be Treated under this Contract.
The Contract requires a Non-landfill Solution which maximises Recovery.
The solution may therefore entail the provision of a Facility that is suitably located within the administrative boundaries of the above mentioned Districts Councils and to which Contract Waste will be delivered. Contract Waste shall then be transported in bulk to a suitable waste treatment facility, provided by the Contractor.
Alternatively, the solution may entail the provision of a Facility within the district boundaries which can receive and Treat the Contract Waste.
The current contract is subject to a two-year notice period by either the Authority or the incumbent service provider. The Authority intends to serve notice on the existing contract following the award of the Contract to the successful tenderer. It is anticipated that this will be around December 2013. The successful tenderer will therefore be expected to commence the Service on the expiry of the termination notice in January 2016.
Payment for this Service will be via a ‘Gate Fee’, quoted as a price per tonne for each tonne of Contract Waste successfully received and disposed of through the Treatment
Identified preferred area for the facility:
The Authority has identified a preferred area for the Facility to be located in. The identified preferred area is marked on maps available for viewing on the Authority’s e-tendering portal. Compliant Bids refer to those tender submissions that propose the use of a Facility located within the identified preferred area. The Authority has also identified a reference site within the above preferred area which may be suitable for development. However, the availability of this site for development is not certain at present. In the event that this site becomes available for development, and the tenderers wish to secure its use, the tenderers will be expected to liaise directly with its owners. The Authority will accept no responsibility with respect to the suitability of the identified site for development for the purpose of this Contract or the tenderers’ commercial intentions.
Tender pricing – contract terms:
Tenderers will be required to submit rates and prices for each of the following three Contract Terms
1) A seven year long contract with option on the Authority’s part to extend for up to a further 3 year period;
2) A fifteen year long contract with option on the Authority’s part to extend for up to a further 3 year period;
3) A twenty year long contract with option on the Authority’s part to extend for up to a further 3 year period.
Depending on the selected contract term, the life-long value of the Contract is anticipated to range between £30,000,000 and £80,000,000.
Compliant and variant bids:
Compliant Bids
A fully compliant tender submission shall mean a bid that would meet all the requirements of the ITT. This shall include the provision of a Facility located within the identified preferred area. As part of a compliant tender, tenderers must submit their fully priced bids for each of the three contract terms above.
Variant Bids
A variant bid shall mean a bid that in all aspects is identical to a fully Compliant Bid, except that a variant bid can propose the use of a Facility that is situated outside the identified preferred area. However, such Facility must still be located with the boundaries of the district councils of North Devon and Torridge for the bid to be acceptable by the Authority.
A maximum of one variant bid shall be permitted by each Tenderer.
In evaluating the tender price for a Variant Bid, the additional costs that the collection authorities would incur for delivering their waste to a Facility situated outside the identified preferred area will be added to the tendered price. More details will be provided at the ITT stage.
Two types of Variant Bids will be considered.
These are:
(i) Bids from tenderers who are unable to submit a fully Compliant Bid because their proposed Facility is not located within the identified preferred area;
(ii) Tenderers who submit a fully Compliant bid are permitted to submit a second bid as a variant bid. Such Variant bid may be based on a different disposal solution to that proposed within the Tenderer’s compliant bid.
Tender Evaluation:
A) Quality submissions:
Tenderers will be required to complete and return a single quality submission for a Compliant Bid and a separate quality submission for a Variant Bid. Each quality submission will incorporate the tenderers’ considerations for all three contract lengths.
B) Price submissions:
Whether a tender return is for a Compliant Bid or a Variant Bid, tenderers must submit rates and prices for each of the three Contract lengths.
In order to identify the most economically advantageous tender, the Authority shall evaluate each bid on 70% (price) and 30% (quality) basis, in accordance with the evaluation criteria that shall be set out in the ITT document. This would establish one quality score for all three Terms, but three separate price scores for each of the th
ree Terms.
The singular quality score for each bid is then added to the price score for individual Terms to establish three combined price plus quality scores. The resultant three combined price/quality scores will then be added together and subsequently divided by three to establish an average score for each tenderer for all three Term options. The tenderer with the highest average score will be selected as the preferred bidder. The Authority shall then select any one of the three Terms submitted by the preferred bidder, and such Term will then be put forward into the Authority’s decision making process as the preferred option to be awarded with the Contract.
If you require further information please contact:
Saeed Mirehsan on 01392 383383 or email saeed.mirehsan@devon.gov.uk
VI.5)Date of dispatch of this notice:14.5.2013