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