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

P0599 – Tyseley Energy Recovery Facility, Waste Transfer Stations and Household Waste Recycling Centres – Operate Maintain and Renewal

  • First published: 10 February 2020
  • Last modified: 10 February 2020

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:
Published by:
Birmingham City Council
Authority ID:
AA22066
Publication date:
10 February 2020
Deadline date:
09 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The scope shall include:

(a) works and services at the Tyseley Energy Recovery Facility (ERF) site for the treatment of the Council’s residual waste;

(b) works and services at household waste recycling centre (HWRC) sites at Kings Norton, Tyseley, Sutton Coldfield, Castle Bromwich and Perry Barr;

(c) works and services at the waste transfer stations (WTS) at Kings Norton, Tyseley and Perry Barr;

(d) works and services at Tyseley Clinical Waste Incinerator (CWI), clinical WTS or clinical waste service;

(e) transport services including provision of transportation vehicles and mobile plant;

(f) provide waste, recycling, re-use, composting, treatment, processing and disposal services at other sites or facilities;

(g) works and services for the development of waste, recycling or energy infrastructure at other sites and/or facilities, including materials recycling facility, composting facilities, anaerobic digestion, biological treatment processes, mechanical biological treatment, thermal treatment facilities;

(h) energy management, services and generation including electricity import/export, private wire, district heating, vehicle charging, solar PV, energy storage;

(i) management of residues, materials, products, reagents, chemicals, spares, consumables, auxiliary fuels and commercial waste.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Birmingham City Council

PO Box 10680

Birmingham

B4 7WB

UK

Contact person: Corporate Procurement Services

Telephone: +44 1214648000

E-mail: etendering@birmingham.gov.uk

Fax: +44 1213037322

NUTS: UKG31

Internet address(es)

Main address: www.finditinbirmingham.com

Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc

I.3) Communication

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

www.in-tendhost.co.uk/birminghamcc


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.in-tendhost.co.uk/birminghamcc


Tenders or requests to participate must be sent to the abovementioned 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

P0599 – Tyseley Energy Recovery Facility, Waste Transfer Stations and Household Waste Recycling Centres – Operate Maintain and Renewal

Reference number: P0599

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Works and services at: the Tyseley Energy Recovery Facility; household waste recycling centre sites at Kings Norton, Tyseley, Sutton Coldfield, Castle Bromwich and Perry Barr; waste transfer stations at Kings Norton, Tyseley and Perry Barr; Tyseley Clinical Waste Incinerator and clinical Waste Transfer Station; waste transport services and other associated waste, recycling and energy works and services.

II.1.5) Estimated total value

Value excluding VAT: 490 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

42418910

65410000

90524100

90513300

90533000

90715230

90524200

90513000

42320000

90531000

45232470

90510000

90513100

45222100

90513200

51135110

45222110

90514000

II.2.3) Place of performance

NUTS code:

UKG31


Main site or place of performance:

Various waste management locations within the metropolitan borough of Birmingham.

II.2.4) Description of the procurement

The scope shall include:

(a) works and services at the Tyseley Energy Recovery Facility (ERF) site for the treatment of the Council’s residual waste;

(b) works and services at household waste recycling centre (HWRC) sites at Kings Norton, Tyseley, Sutton Coldfield, Castle Bromwich and Perry Barr;

(c) works and services at the waste transfer stations (WTS) at Kings Norton, Tyseley and Perry Barr;

(d) works and services at Tyseley Clinical Waste Incinerator (CWI), clinical WTS or clinical waste service;

(e) transport services including provision of transportation vehicles and mobile plant;

(f) provide waste, recycling, re-use, composting, treatment, processing and disposal services at other sites or facilities;

(g) works and services for the development of waste, recycling or energy infrastructure at other sites and/or facilities, including materials recycling facility, composting facilities, anaerobic digestion, biological treatment processes, mechanical biological treatment, thermal treatment facilities;

(h) energy management, services and generation including electricity import/export, private wire, district heating, vehicle charging, solar PV, energy storage;

(i) management of residues, materials, products, reagents, chemicals, spares, consumables, auxiliary fuels and commercial waste.

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: 490 000 000.00  GBP

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

Duration in months: 180

This contract is subject to renewal: Yes

Description of renewals:

The contract will be for an initial term of 10 years (unless terminated earlier in accordance with its terms) with an option to extend up to a further 5 years.

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

Objective criteria for choosing the limited number of candidates:

As set out in the SQ. No maximum number so long as minimum scores attained.

II.2.10) Information about variants

Variants will be accepted: No

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 reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Details will be provided in the tender documentation.

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

III.2.2) Contract performance conditions

Contract conditions may relate to achieving social and/or environmental policy objectives linked to recruitment, training and supply-chain initiatives.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.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

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: 09/03/2020

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The figure in II.2.6) Estimated value of [490 000 000 GBP] is based on actual Council costs in 2018/19 indexed by CPI over the maximum 15-year term, with an estimated allowance for the capital cost of some of the works of 15 000 000 GBP. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the contractor and market conditions. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole. Further information about the scope of this opportunity is provided in the Memorandum of Information (MOI) available as part of the procurement documents. The invitation to tender documents and contract applicable to the competitive dialogue are being developed by the Council with its advisers. These documents will be provided to SQ applicants successful in being shortlisted to be invited to participate in the competitive dialogue tendering stages. The Council may release (in draft form) some or all of the invitation to tender documents or the contract prior to the SQ submission deadline. The Council will provide notification through the procurement portal if any such documents are to be made available. Providers should complete their registration details on the portal in order to be alerted to the availability of any further information. The Council has produced a MOI which provides further details of the key features of the scope of the opportunity to inform this SQ application stage. The MOI provides information as to the intended scope and approach to the procurement and is for general information only. The Council reserves the right to vary, amend and update any aspects of the MOI and final details of the procurement will be confirmed to shortlisted bidders. Requests to participate must be by way of completion and return of the Selection Questionnaire (‘SQ’) (in accordance with the requirements set out in the SQ) by the date and time specified in Section IV.2.2). The Council reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. The Council will be using its free to use eTendering system (inTend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity, please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant selection questionnaire. If you are unable to register with InTend or have any questions or problems on how to use this website please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000. Your completed selection questionnaire should be returned by noon 9.3.2020 via the ‘inTend’ system https://in-tendhost.co.uk/birminghamcc

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Date of dispatch of this notice

05/02/2020

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90513100 Household-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
90715230 Industrial waste site investigation Pollution investigation services
51135110 Installation services of waste incinerators Installation services of furnaces
90531000 Landfill management services Operation of a refuse site
42418910 Loading equipment Lifting, handling, loading or unloading machinery
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
65410000 Operation of a power plant Other sources of energy supplies and distribution
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90513300 Refuse incineration services Non-hazardous refuse and waste treatment and disposal services
90514000 Refuse recycling services Refuse disposal and treatment
90513200 Urban solid-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
45222110 Waste disposal site construction work Construction work for engineering works except bridges, tunnels, shafts and subways
42320000 Waste incinerators Industrial or laboratory furnaces, incinerators and ovens
45232470 Waste transfer station Ancillary works for pipelines and cables
90533000 Waste-tip management services Operation of a refuse site
45222100 Waste-treatment plant construction work Construction work for engineering works except bridges, tunnels, shafts and subways

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:
etendering@birmingham.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.