Cheshire East Borough Council - Contract for Household Waste Recycling Centre Services

Award

Value

£32,000,000

Classifications

  • Refuse and waste related services

Tags

  • award

Submission Deadline

1 year ago

Published

1 month ago

Description

Cheshire East Borough Council (the "Authority") wishes to procure a medium-term contract\r
for the operation, management and maintenance and repair of the Authority owned\r
Household Waste Recycling Centre (HWRC) Facilities including all vehicles, equipment and\r
assets, and the delivery of associated waste management services to the Authority (the\r
"Contract").\r
The scope of the services is anticipated to include (without limitation) the management,\r
operation and maintenance of the Authority's HWRC Facilities; the haulage of residual waste\r
received at the HWRC Facilities to a specified delivery point; and, the haulage, treatment\r
and re-use, recovery and/or disposal of all other waste received at the HWRC Facilities (as\r
more fully described in the procurement documents). The scope of the services also includes\r
works to modify the HWRC Facilities, although such Works are currently expected to be\r
relatively minor.\r
To access this competition and selection questionnaire, please visit www.the-chest.org.uk,\r
project ID DN715688.\r
An initial term of 7 years and a maximum extension period of 3 years. Any extension shall be\r
at the Council's sole and absolute discretion and for a period or periods (each to be no less\r
than one (1) year in duration) of up to three (3) years in the aggregate.\r
This procurement exercise will be conducted on Cheshire East Borough Council's electronic\r
Contract and Tender Management System at the www.the-chest.org.uk Organisations\r
wishing to be considered for this contract must register their expression of interest and\r
provide additional required information through the Contract and Tender Management\r
System. If you have any technical problems with The Contract and Tender Management\r
System please contact the help-desk on: Email: [email protected]\r
telephone 0330 005 0352. In order to participate, providers must register, complete and\r
upload completed documentation and submit this via the Chest at the link provided in this\r
notice. The project reference on The Chest is DN715688. The values given in this notice are\r
only estimations and take into account the extension option - the Council gives no\r
guarantee or warranty or makes any representation as to the accuracy of any indicative\r
volumes.\r
\r


Additional information: 
Further details of the Authority's requirements are contained in the Find a Tender Contract Notice at
section II.2.4 and within the procurement documents. This Contract Notice is published to advertise and invite expressions of interest from organisations wishing to enter into a contract with the Authority for the provision of HWRC Facilities services and works. The Authority is conducting this procurement under the Competitive Dialogue procedure pursuant to Regulation 30 of the Public Contracts
Regulations 2015 (the "2015 Regulations"). The aim of the Competitive Dialogue process is to identify and define the means best suited to satisfy the Authority's needs and requirements. In accordance with the 2015 Regulations the Authority is conducting the procurement in successive stages to reduce the number of Solutions and Bidders throughout the process.
The first stage of the procurement process for the Contract is this Selection Questionnaire (SQ) stage. Organisations responding to this SQ stage of the procurement process who wish to participate in this procurement exercise may access the SQ descriptive document, SQ response document and DRAFT procurement documents via the Chest e-tendering portal (the "Portal"). Applicants must ensure that all clarifications, queries, communications, and the submission of all documents and application forms that may form part of their SQ Response are submitted via the Portal. Following submissions of the completed SQ responses, the Authority will apply the selection criteria in the SQ. The Council intends to select the highest scoring FOUR (4) economic operators to progress from the SQ stage to the invitation to submit detailed solutions and participate in dialogue stage (subject to selected economic operators meeting the Authority's Minimum Standards set out in the SQ).
Following the submission and evaluation of detailed solutions, the Authority intends to invite all bidders to detailed dialogue sessions. Once the Authority identifies the solution capable of meeting its needs, dialogue will be concluded, and bidders invited to submit a final tender before a preferred bidder is selected that represents the most economically advantageous tender. The Authority reserves the right to add stages or revise this process without reverting to an earlier stage.
The deadline for clarifications to be submitted to the portal at this SQ stage is 12 noon (12:00 pm), on 31st May 2024. The Authority is seeking responses to this call for competition in advance of the deadline of 12 noon (12:00 pm), on the 10th June 2024. Applicants who do not submit a response to this call for competition by 12 noon (12:00 pm), on the 10th June 2024 may not be eligible to participate in proceeding stages of this procurement.
The estimated contract value for the full possible contract period of 10 years is
£32,000,000. In arriving at the estimated contract value the contracting authority has
considered without limitation estimated revenue costs associated with the provision of the
services, inflation and potential betterment work to be explored as part of the competitive
dialogue. For completeness, the contracting authority has considered the estimated costs of
all service options that will be subject to Committee decision in September 2024 (including
the number of HWRC Facilities to be included within the Contract) and considers the
estimated contract value for the full possible contract period of 10 years for all scenarios to
range between £27,000,000 - £32,000,000.
The estimated contract value does not include the capital costs associated with any
Contract Works undertaken at the HWRC Facilities nor does it include the costs of vehicles, equipment and assets which are anticipated (at this stage) to be predominantly funded by
the contractor.
Economic operators should note that the procurement documents marked as draft provide
indicative information only of the Authority's approach to the procurement process at this
stage and the Authority reserves the right to vary, amend and update any aspects of the
procurement documents and final details and versions of them will be confirmed to
applicants successful in being selected to submit detailed solutions and participate in
dialogue.
The Authority 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.
The Authority is of the view that TUPE is likely to apply to some staff.
The competitive dialogue process will be limited and streamlined. The Authority does not
intend to enter into extensive dialogue.
The Authority reserves the right to omit any part of the Services at any stage (including in
respect of the scenarios being presented for Committee decision in September 2024) and to
require those tenderers remaining in the process to adjust their bids accordingly without
reverting back to previous stages.

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

A Work in default below threshold Framework Agreement

This procurement is reserved for organisations that are based, and have been operational for at least 12 months, within the North West (M62 corridor) to enable as little travel time and "carbon Footprint" as possible. Bids from organisations based outside the Northwest Region of England will not be considered. • Works in Default are required when Authorised Officers serve notices on Owners or Occupiers under the following legislation o Environmental Protection Act 1990 o Highways Act 1980 o Prevention of Damage by Pests Act 1949 o The Public Health Act 1936 o The Building Act 1984, and o The Public Health Act 1961 o Anti-Social Behaviour, Crime and Policing Act 2014. • They can be largely broken down into the following categories o Lot 1, Category 1 - Simple cut back of overhanging vegetation affecting the public highway/footpath/public spaces. (Circa £100-£150) o Lot 2, Category 2 - Small clearance which includes a few 'bags of waste' and the cut back and removal of overgrown vegetation that offers harbourage or nesting material or potential food source (fruits) for rodents, or more extensive cut back of vegetation affecting the public highway/footpath/public spaces which would equate to a small van load. (Circa £150 - £750) o Lot 3, Category 3 - Significant clearances (of vegetation and waste). May include numerous bags of waste, white goods, loose building materials which offers shelter and potential nesting materials and the cut back and removal of significant overgrown vegetation. Which may equate to a tipper load/multiple tipper loads of waste. Major cut back of overhanging vegetation affecting the public highway/footpath/public spaces that require Chapter 8 (traffic Management) considerations. (Circa £750 - £2000). o Lot 4, Category 4 - Small internal clearances and cleansing of filthy and verminous premises, to include removal of contaminated clothing, papers and other items that may provide harbourage. Minor building works including (but not exclusively) proofing against rodent access, and remediation of simple blocked drains. (Circa £2500 - £5000) o Lot 5, Category 5 - Significant internal clearances (severely hoarded properties) with the removal of waste including bodily fluids, animal faeces and large-scale contamination within the premises. Major building works to proof against pests (roofing for pigeons) etc, and remediation of major drainage defects such as collapses or cases that require significant investigation to determine the fault. (£5000 +) Behaviour of employees "working in a manner befitting a representative of the Council" where "safe systems of work and risk assessments are followed to ensure that the role is carried out with minimal risk to contractors, members of the public and anyone else within the vicinity of the works". Smoking and vaping should only be permitted on breaks - away from the work. PPE would be determined by the successful Company's risk assessments and Safety Policy and procedures for the specific works and should be worn correctly at all times whilst on the job. Bidders are permitted to submit a response for one or more Lots. The maximum number if bidders that will be awarded for each lot is 5. Places on the framework for each lot will be awarded on the basis of rank following the evaluation process. The Council reserves the right to award to the highest ranked bidder for future jobs in each lot/category, if the number one ranked bidder isn't able to complete the work within the required timeframe, then the council also reserves the right to move down the rankings until the job has been accepted. For some more complex jobs, the council reserves the right to run a mini competition and each supplier on the lot could be asked to price and the lowest bid will be successful. Gaining a place on this Framework Agreement does not guarantee any work.

Katy Reed

Published 4 days ago
Open

CBC-1834-T-TS Food Waste Treatment and Disposal - 4 Lots

Food Waste Treatment and Disposal - 4 Lots Lot 1 - Food Waste Treatment – North of Authority Area - Collection Area Locations Map provided. Contract start date 1st April 2026. Contract term 4 years + possible 3 year extension. All lots to expire concurrently. Lot 2 - Food Waste Treatment – North of Authority Area - Collection Area Locations Map provided. Contract start date 1st April 2026. Contract term 4 years + possible 3 year extension. All lots to expire concurrently. Lot 3 - Food Waste Treatment – South of Authority Area - Collection Area Locations Map provided. Contract start date 24th November 2026. Contract term 4 years + possible 3 year extension. All lots to expire concurrently. Lot 4 - Food Waste Treatment – South of Authority Area - Collection Area Locations Map provided. Contract start date 24th November 2026. Contract term 4 years + possible 3 year extension. All lots to expire concurrently. Please read and follow the information and guidance supplied below and within the Tender documents, this will help with your tender submission. Word count limits apply, any information going over will not be considered. Respond to ALL questions. Additional documents or information not required will be disregarded. Please note timeline with regards to questions and submission dates. All communications, correspondences and clarifications must be sent via the In-tend portal. Do not contact the Service area for information, please use the correspondence facility Regularly view the Clarification tab for updates or responses to questions received by bidders. Questions asked together with the response, will be made available to all bidders (if not Private and Confidential), this to ensure a fair and consistent approach to all. Avoid uploading your return just prior to closing deadline as you may incur IT issues and we will not accept Tender Returns via e-mail. The Council will provide as much support and information as it can to help guide you through the Tender process. If there is anything you are not sure of or need clarification on, please contact the Procurement lead using the correspondence facility within the In-tend electronic tendering system. Opting In To inform us of your decision to participate and to be able to submit a tender you will be required to Opt In. Opting In will confirm to us of your involvement and your intention to submit a tender return. Opting Out Will confirm that you are no longer interested in submitting a tender return. You will be able to provide a reason as to your decision if you wish. This will cease any system-generated communications. You will be able to opt back in at any point.

Katy Reed

Published 5 days 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