Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
authority
I.1) Name and addresses
Hertfordshire County Council
County Hall, Pegs Lane, Hertfordshire
Hertford
SG13 8DN
UK
Contact person: Matt King
Telephone: +44 1992555326
E-mail: matthew.king@hertfordshire.gov.uk
NUTS: UKH23
Internet address(es)
Main address: https://www.hertfordshire.gov.uk
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
UK-Hertford: Residual Waste Treatment and Disposal Contract 1997.
II.1.2) Main CPV code
90513000
II.1.3) Type of contract
Services
II.1.4) Short description
Long term contract entered into between the contracting authority (‘the Council’) and LondonWaste Limited (the ‘Contractor’) in 1997 for treatment and disposal of up to 100 000 tonnes per year of residual municipal waste arising in Hertfordshire County Council's administrative area (‘1997 Agreement’). This VeAT notice is in respect of proposed modifications to the 1997 Agreement. It is not the award of a new contract. See additional information given at Section II.2.14) and IV.1.1).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
22 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90514000
42320000
90513100
90531000
90513300
90500000
90510000
90530000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
In and within direct delivery distance from Hertfordshire.
II.2.4) Description of the procurement
The service will require the Contractor to accept and treat up to 65 000 tonnes of residual municipal solid waste per year at its energy centre in London Borough of Enfield.
II.2.5) Award criteria
Criteria below:
Quality criterion: Long term security
/ Weighting: 1
Quality criterion: Contribution to enabling the county council's compliance with the aspirations of the government white paper ‘Making Waste Work’
/ Weighting: 1
Quality criterion: Ability to complement an integrated strategy
/ Weighting: 1
Quality criterion: Proximity to south east Hertfordshire
/ Weighting: 1
Quality criterion: Service level
/ Weighting: 1
Quality criterion: Availability
/ Weighting: 1
Cost criterion: Most economically advantageous in the short term
/ Weighting: 1
Quality criterion: Long term security
/ Weighting: 1
Quality criterion: Contribution to enabling the county council's compliance with the aspirations of the government white paper ‘Making Waste Work’
/ Weighting: 1
Quality criterion: Ability to complement an integrated strategy
/ Weighting: 1
Quality criterion: Proximity to south east Hertfordshire
/ Weighting: 1
Quality criterion: Service level
/ Weighting: 1
Quality criterion: Availability
/ Weighting: 1
Cost criterion: Most economically advantageous in the short term
/ Weighting: 1
II.2.11) Information about options
Options:
No
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
The Council is not awarding a new contract but is modifying the contract awarded to LondonWaste Limited in 1997 by (i) Extending the operational period by 3 years; and (ii) By agreeing during that extended operational period to pay an increased gate fee (‘Proposed Extension’). See IV.1.1) for further information.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation:
This notice does not relate to the award of a new contract, but rather the modification of an existing contract described at Section II.2.14) above (‘the 1997 Agreement’). The Council considers that the proposed modifications to the 1997 Agreement are not ‘substantial’, pursuant to art. 72(1)(e) and 72(4) of the Directive, and accordingly that the Proposed Extension may lawfully be agreed between the parties and implemented without the need to conduct a fresh procurement procedure. The character of the 1997 Agreement and the services to be delivered by the Contractor will remain substantially the same pursuant to the Proposed Extension; the terms of the Proposed Extension would have been part of the tender assessed to be the most economically advantageous had they been submitted as part of the initial procurement procedure; there is to be no extension in the scope of the 1997 Agreement; there is to be no change to the economic balance of the 1997 Agreement in favour of the Contractor; and there is to be no replacement of the contractor to whom the Council had initially awarded the 1997 Agreement. The Proposed Extension will extend the term of the 1997 Agreement by 3 years but is not considered by the Council to be a ‘substantial’ modification in the context of the original defined and agreed Operational Period, agreed maximum tonnage and value of the 1997 Agreement or otherwise. The 1997 Agreement originally provided for the ‘Operational Period’ to be the ‘period agreed in writing between the Parties’ and, no set term having been prescribed by the Council in its initial procurement procedure, the parties agreed for the Operational Period to continue until 2017. The parties now wish to extend the Operational Period and to agree other non-substantial, consequential amendments to the 1997 Agreement. The gate fee for the period of the Proposed Extension is to be increased from the rate set in 1997 but the increase reflects a change in the Contractor's operating costs and not a change in economic balance in the Contractor's favour.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
09/12/1997
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
LondonWaste Limited
02732548
EcoPark, Advent Way
London
N18 3AG
UK
Telephone: +44 2088845530
E-mail: James.Kendall@londonwaste.co.uk
NUTS: UKI
Internet address(es)
URL: http://www.londonwaste.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
22 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Any applications to the court must be made in accordance with Part 3 (Remedies) of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
20/04/2017