NNC- Treatment & Disposal of Residual Waste and Household Waste Recycling Centres

Award

Value

£255,000,000

Classifications

  • Refuse and waste related services
  • Refuse disposal and treatment
  • Refuse transport services
  • Refuse recycling services
  • Operation of a refuse site

Tags

  • award
  • contract

Published

2 months ago

Description

North Northamptonshire Council (the "Authority") is seeking one or more suitably qualified and experienced suppliers to deliver the following services: (1) Treatment & Disposal of Household Waste; and (2) Operation and Management of Household Waste Recycling Centres. 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 contracts(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 a competitive dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 and the Authority's own Contract Procedure Rules.
The procurement is divided into three (3) Lots as follows:
Lot 1: Treatment & Disposal of Residual Waste ("Residual Service");
Lot 2: Operation and Management of Household Waste Recycling Centres ("HWRC Service"); and
Lot 3 - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres.
The Authority intends to award a separate contract for each of the Residual Service and the HWRC Service even if the same supplier is selected for Both Services.
Lot 3 has been included as an optional Lot not to provide a combined service under a single contract but to enable a bidder bidding for both Lots to identify the financial saving or discount that would apply should they be appointed as the contractor for both services.
Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. 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 may submit for either or both of Lot 1 and Lot 2. A bidder may only submit for Lot 3 where they have submitted for both 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.
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 during the dialogue stage by apply the award criteria.
All estimated values referred to in this notice exclude VAT and indexation.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

TEC Partnership - Waste Management Collection Service

Introduction The TEC Partnership invites all suitably equipped, qualified and registered companies to tender for a contract to provide waste collection services of their sites identified in Part A of this document. During the course of the tender, site locations may vary as the organisation evolves to meet its future vision. Scope of Services The contract requires the provision of trained and skilled labour as appropriate and in direct relation to the undertaking. It is anticipated that whilst this document sets out the requirements and expectations, there may be further needs and adjustments to the provision as the needs of the business operations change. Provision to collect and appropriately dispose of the four default waste streams (as below) will be expected; • Residual (general) non-recyclable waste • Food waste • Paper and card • Dry mixed recycling The collection schedule of the above will vary from site to site and type of waste stream, however in some cases, a daily service will be required. During the term of this contract, sites may be reduced or increased. Decreases will come with no financial liability and any increases will be at the rates agreed within this contract. The successful tenderer will also be expected to provide the appropriate receptacles and collection service for the following: • Confidential waste • Timber • Plaster/plasterboard • Brick • Furniture • Electrical • Metal • Animal waste – including dog waste Ad-hoc Requests There may be occasions that services are requested over and above, or generally differing to those scheduled. Where the service is covered in the scope of the work, it is anticipated that there are no additional charges made outside of the agreed pricing structure for the service. Where tasks are over and above the scope of the tender, through discussion with the Facilities Manager, these may be carried out under a separate purchase order.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete