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

Materials Recovery Facility (MRF) Processing and Haulage Procurement

  • First published: 19 December 2024
  • Last modified: 19 December 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046e1e
Published by:
North Hertfordshire District Council
Authority ID:
AA25421
Publication date:
19 December 2024
Deadline date:
31 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North and East Hertfordshire Councils operate a shared waste collection, recycling and street cleaning service. Hertsmere Borough Council operates in-house waste and recycling collection services. This procurement is for the bulk transfer, direct delivery, processing and sale of recyclable materials. This procurement is being conducted on behalf of all three Councils and is led by North Hertfordshire Council (the Council). The Councils will work closely together throughout the procurement.This procurement is being conducted under the Restricted procedure and is set out as two Lots. Lot 1 is for the provision of services for North and East Hertfordshire Councils and Lot 2 is for the provision of services for Hertsmere Borough Council. The intention is to award two contracts, one for each Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Hertfordshire District Council

Council Offices, Gernon Road

Letchworth Garden City

SG6 3JF

UK

Contact person: Chloe Hipwood

Telephone: +44 01462474000

E-mail: Chloe.Hipwood@north-herts.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.north-herts.gov.uk

Address of the buyer profile: http://www.supplyhertfordshire.uk/

I.1) Name and addresses

Hertsmere Borough Council

Elstree Way

Borehamwood

WD6 1WA

UK

E-mail: ian.kershaw@hertsmere.gov.uk

NUTS: UKH23

Internet address(es)

Main address: https://www.hertsmere.gov.uk/home.aspx

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

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


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

Materials Recovery Facility (MRF) Processing and Haulage Procurement

Reference number: NHDC013471

II.1.2) Main CPV code

90514000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North and East Hertfordshire Councils operate a shared waste collection, recycling and street cleaning service. Hertsmere Borough Council operates in-house waste and recycling collection services. This procurement is for the bulk transfer, direct delivery, processing and sale of recyclable materials. This procurement is being conducted on behalf of all three Councils and is led by North Hertfordshire Council (the Council). The Councils will work closely together throughout the procurement.This procurement is being conducted under the Restricted procedure and is set out as two Lots. Lot 1 is for the provision of services for North and East Hertfordshire Councils and Lot 2 is for the provision of services for Hertsmere Borough Council. The intention is to award two contracts, one for each Lot.

II.1.5) Estimated total value

Value excluding VAT: 51 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

To provide services for the bulk transfer, Processing and sale of mixed Dry Recycling from both East Hertfordshire District Council and North Hertfordshire District Council

II.2.2) Additional CPV code(s)

90514000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 1 to provide services for the bulk transfer, Processing and sale of mixed Dry Recycling from both East Hertfordshire District Council and North Hertfordshire District Council, which will include Household Waste collections and a small proportion from Commercial Waste collections. Tonnage and processing requirements for the first three months are different for the remainder of the contract as a consequence of New Waste Collection Services being implemented in August 2025.

II.2.5) Award criteria

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

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

Duration in months: 216

This contract is subject to renewal: No

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

Objective criteria for choosing the limited number of candidates:

Pass in all aspects and top 5 ranked scoring in the project specific/ technical questions of the Selection Questionnaire

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

Lot No: 2

II.2.1) Title

To provide services for the direct delivery or waste transfer, Processing and sale of mixed Dry Recycling from Hertsmere Borough Council

II.2.2) Additional CPV code(s)

90514000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

To provide either direct delivery or a Waste Transfer Station and bulk transfer, Processing and sale of mixed Dry Recycling from Hertsmere Borough Council which will include Household Waste collections and a small proportion from Commercial Waste collections.

II.2.5) Award criteria

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

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

Duration in months: 216

This contract is subject to renewal: No

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

Objective criteria for choosing the limited number of candidates:

Pass in all aspects and top 5 ranked scoring in the project specific/ technical questions of the Selection Questionnaire

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

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:

As stated in the procurement documents

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

As stated in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-017648

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/01/2025

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/02/2025

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Council reserves the right to cancel the procurement and not to proceed with the long term contracts at any stage of the procurement process. The Council also reserves the right not to award a contract.Neither the Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for these contracts.The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council`s requirements and remain financially viable to perform the Contract.Tenderers should note that the provisions of the Transfer of Undertakings (protection of Employment)Regulations 2006 may apply.To access this procurement opportunity please visitwww.supplyhertfordshire.uk and follow the on-screen guidance. Any clarifications regarding this opportunity must be raised through the Correspondence area in the eTendering system.If you are experiencing problems with the eTendering system, In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email: support@in-tend.com or telephone +441144070065 for any website /technical questions, Monday to Friday 8:30 - 17:30.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council`s obligations under the law, including the Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final.Please note the deadline for return and allow sufficient time to make your return as late returns will not be permitted.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice High Court

Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

100 St. Paul’s Churchyard

London

EC4M 8BU

UK

Telephone: +44 2075366000

E-mail: info@cedr.com

Internet address(es)

URL: https://www.cedr.com/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

VI.5) Date of dispatch of this notice

16/12/2024

Coding

Commodity categories

ID Title Parent category
90514000 Refuse recycling services Refuse disposal and treatment

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:
Chloe.Hipwood@north-herts.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.