Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services

  • First published: 29 February 2024
  • Last modified: 29 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044414
Published by:
West Northamptonshire Council
Authority ID:
AA80738
Publication date:
29 February 2024
Deadline date:
02 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To accept and treat residual municipal waste collected by the Council including (without limitation) kerbside collected, bulky waste, household waste recycling centre waste, fly-tipping and persistent organic pollutants.

To operate Brackmills Waste Transfer Station as a Delivery Point for residual waste, and to arrange for the haulage of waste from Brackmills and two other Delivery Points within West Northamptonshire to the treatment destination(s). The location of delivery points may change during the term.

The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

Considering the existing service scope of the procurement the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be:

Lot 1: Treatment & Disposal of Residual Waste - £162,000,000

From that total valuation, the estimated average spend per annum over the full term is approximately:

Lot 1: Treatment & Disposal of Residual Waste - £10,000,000

(note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery)

All values exclude VAT and indexation.

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Northamptonshire Council

The Guildhall,St. Giles Square

NORTHAMPTON

NN11DE

UK

Contact person: Claire Baker

Telephone: +44 3001267000

E-mail: procurement@westnorthants.gov.uk

NUTS: UKF24

Internet address(es)

Main address: www.westnorthants.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/wnc/aspx/Home

I.3) Communication

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

https://in-tendhost.co.uk/wnc/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/wnc/aspx/Home


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://in-tendhost.co.uk/wnc/aspx/Home


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

Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services

Reference number: WNC00000381

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

West Northamptonshire Council (the "Authority") is seeking one or more suitably qualified and experienced suppliers to deliver the following services: Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services. The scope of these services is further detailed in the procurement documents made available on publication of this notice and in the Lot specific descriptions further below.

Bidders should note that the scope of the services may change during the life of the eventual contract(s). Where the nature of any change is known at this time then the Authority has detailed this in the procurement documents.

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

The procurement is divided into three (3) Lots:

Lot 1: Treatment & Disposal of Residual Waste ("Residual Service");

Lot 2: Management of Household Waste Recycling Centre Services ("HWRC Service"); and

Lot 3: Treatment & Disposal of Residual Waste and; Management of Household Waste Recycling Centre Services

The Authority intends to award a single separate contract for each of the Residual Service and the HWRC Service. This will be the case even if the same bidder is appointed to both services.

Lot 3 has been included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they are awarded both services. It is not intended as an option for providing a combined service and the Authority would still award two separate contracts. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.

Bidders should note that they may submit for one or both of Lots 1 and 2. A bidder may only submit for Lot 3 where they have submitted for Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.

Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa).

The Authority will apply the selection criteria outlined in the procurement documents to limit the number of bidders taken through to the dialogue stage as further detailed below and in the procurement documents.

The Authority does not intend to reduce the number of bidders down further during the dialogue stage by applying the award criteria.

All estimated values referred to in this notice exclude VAT and indexation

II.1.5) Estimated total value

Value excluding VAT: 237 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Treatment & Disposal of Residual Waste (Lot 1), Management of Household Waste Recycling Centre Services (Lot 2) or combined Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services (Lot 3). As outlined above, where Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa).

II.2) Description

Lot No: 1

II.2.1) Title

Treatment & Disposal of Residual Waste

II.2.2) Additional CPV code(s)

90510000

90530000

II.2.3) Place of performance

NUTS code:

UKF24

II.2.4) Description of the procurement

To accept and treat residual municipal waste collected by the Council including (without limitation) kerbside collected, bulky waste, household waste recycling centre waste, fly-tipping and persistent organic pollutants.

To operate Brackmills Waste Transfer Station as a Delivery Point for residual waste, and to arrange for the haulage of waste from Brackmills and two other Delivery Points within West Northamptonshire to the treatment destination(s). The location of delivery points may change during the term.

The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

Considering the existing service scope of the procurement the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be:

Lot 1: Treatment & Disposal of Residual Waste - £162,000,000

From that total valuation, the estimated average spend per annum over the full term is approximately:

Lot 1: Treatment & Disposal of Residual Waste - £10,000,000

(note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery)

All values exclude VAT and indexation.

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 162 000 000.00  GBP

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

Start: 01/04/2025

End: 31/03/2040

This contract is subject to renewal: Yes

Description of renewals:

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The Authority intends to invite six (6) bidders to the dialogue stage. The bidders invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring bidders in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than six (6) bidders being taken forward - and in the event that there are fewer than six (6) bidders meeting the Authority's requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

As noted above, the Authority will have a 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

Lot No: 2

II.2.1) Title

Management of Household Waste Recycling Centre Services

II.2.2) Additional CPV code(s)

90510000

90530000

II.2.3) Place of performance

NUTS code:

UKF24

II.2.4) Description of the procurement

To manage the household waste recycling centre (HWRC) services, currently provided at 6 locations within West Northamptonshire, and arrange for the treatment of waste collected from the sites, with the exception of residual waste which will be treated under a separate contract. The services will also include maximising the capture and resale of reusable materials collected at the HWRCs and via the bulky kerbside service. The Authority reserves the right to remove reuse from the scope of the procurement at any time.

The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

Considering the existing service scope of the procurement, the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be:

Lot 2: Management of Household Waste Recycling Centre Services - £75,000,000

From that total valuation the estimated average spend per annum over the full term is approximately:

Lot 2: Management of Household Waste Recycling Centre Services - £5,000,000

(note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery)

All values exclude VAT and indexation.

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 75 000 000.00  GBP

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

Start: 01/04/2025

End: 31/03/2040

This contract is subject to renewal: Yes

Description of renewals:

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The Authority intends to invite four (4) bidders to the dialogue stage. The bidders invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring bidders in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than four (4) bidders being taken forward - and in the event that there are fewer than four (4) bidders meeting the Authority's requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

As noted above, the Authority will have a 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

Lot No: 3

II.2.1) Title

Treatment & Disposal of Residual Waste; and Management of Household Waste Recycling Centre Services

II.2.2) Additional CPV code(s)

90510000

90530000

II.2.3) Place of performance

NUTS code:

UKF24

II.2.4) Description of the procurement

Lot 3 has been included as an optional Lot to enable a bidder to identify the financial saving or discount that would apply if they are awarded both services. It is not intended as an option for providing a combined service and the Authority would still award two separate contracts. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.

Bidders should note that they may submit for one or both of Lots 1 and 2. A bidder may only submit for Lot 3 where they have submitted for Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.

Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded, then Lots 1 and 2 will not be awarded (and vice versa).

The service scope for Lot 3 is as detailed for Lots 1 and 2 above.

Considering the existing service scope of the procurement, the options to expand service scope and the maximum term, the Authority has estimated the total procurement valuation to be:

Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - £237,000,000 (being the combined value of Lots 1 and 2).

From that total valuation the estimated average spend per annum over the full term is approximately:

Lot 3: Treatment & Disposal of Residual Waste and Operation of Household Waste Recycling Centres - £15,000,000

(note: the average spend in the above paragraph should not be taken as the budget value for year 1 of delivery)

All values exclude VAT and indexation.

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 237 000 000.00  GBP

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

Start: 01/04/2025

End: 31/03/2040

This contract is subject to renewal: Yes

Description of renewals:

The contract will have a term of fifteen (15) years from 1 April 2025 with an Authority only break option at the end of year 10.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

The Authority intends to invite only potential bidders who have qualified for both Lot 1 and Lot 2 and who have also submitted a Lot 3 request to participate to the dialogue stage for Lot 3. Lot 3 potential bidders will pre-qualify for this Lot 3 on the basis that they have pre-qualified for each of Lot 1 and Lot 2. The SQ further details the rules that will apply here. These may result in more than four (4) potential bidders being taken forward where this is the outcome of Lot 1 and Lot 2 shortlisting and as a result of any consortium or joint venture proposals.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

As noted above, the Authority will have a 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

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.8) Information about 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: 02/04/2024

Local time: 12:00

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

EN

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority 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.

VI.5) Date of dispatch of this notice

28/02/2024

Coding

Commodity categories

ID Title Parent category
90530000 Operation of a refuse site Refuse and waste related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@westnorthants.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.