South Cambridgeshire District Council : Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials.

  South Cambridgeshire District Council has published this notice through Delta eSourcing

Notice Summary
Title: Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials.
Notice type: Voluntary Ex-Ante Transparency Notice
Authority: South Cambridgeshire District Council
Nature of contract: Services
Procedure: ???respondToList.procedureType.NEGOTIATED_WITHOUT_PRIOR_PUBLICATION???
Short Description: This VEAT notice is for the extension of our contract for the Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials. Refuse and waste related services. Refuse disposal and treatment. Refuse collection services. Paper collecting services. Refuse transport services. Non-hazardous refuse and waste treatment and disposal services. Operation of a refuse site. Waste-tip management services. Refuse recycling services. Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials for the Council, The Contract will be for a short term starting on the 3rd September 2024 and will end on the 31st March 2025. The estimated contract value of this extension is £1,200,000. this notice refers to South Cambridgeshire District Council and Cambridge City Council who operate a joint waste service.
Published: 23/08/2024 17:28

View Full Notice

UK-Cambridge: Refuse and waste related services.

Preliminary Questions
   This notice is published by:
   Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
       South Cambridgeshire District Council
       South Cambridgeshire Hall, Cambourne Business Park, Cambourne, Cambridge, CB23 6EA, United Kingdom
       Tel. +44 1954713378, Email: sean.missin@scambs.gov.uk
       Contact: Sean Missin
       Main Address: https://www.scambs.gov.uk
       NUTS Code: UKH12

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
      Regional or local authority

I.5) Main Activity (in the case of a notice published by a contracting authority)
      General public services


Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials..
      Reference number: Notice number in the OJ S: 2014/S 10-013568 of 15.1.2014
      
   II.1.2) Main CPV code:
      90500000 - Refuse and waste related services.
   
   II.1.3) Type of contract: SERVICES
   
   II.1.4) Short Description: This VEAT notice is for the extension of our contract for the Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials. Refuse and waste related services. Refuse disposal and treatment. Refuse collection services. Paper collecting services. Refuse transport services. Non-hazardous refuse and waste treatment and disposal services. Operation of a refuse site. Waste-tip management services. Refuse recycling services. Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials for the Council, The Contract will be for a short term starting on the 3rd September 2024 and will end on the 31st March 2025. The estimated contract value of this extension is £1,200,000. this notice refers to South Cambridgeshire District Council and Cambridge City Council who operate a joint waste service.
   
   II.1.6) Information about lots
      This contract is divided into lots: No

   II.1.7) Total value of the procurement (excluding VAT)
      Value: 1,200,000      
      Currency: GBP


II.2) Description

   II.2.2) Additional CPV codes:
      90510000 - Refuse disposal and treatment.
   

   II.2.3) Place of performance:
      UKH12 Cambridgeshire CC
   
   
   II.2.4) Description of the procurement:
    This VEAT notice is for the extension of our contract for the Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials. Refuse and waste related services. Refuse disposal and treatment. Refuse collection services. Paper collecting services. Refuse transport services. Non-hazardous refuse and waste treatment and disposal services. Operation of a refuse site. Waste-tip management services. Refuse recycling services. Bulking, Transportation, Sorting and Onward Sale for Reprocessing of Recyclable Materials for the Council, The Contract will be for a short term starting on the 3rd September 2024 and will end on the 31st March 2025. This is for South Cambridgeshire District Council and Cambridge City Council who operate a joint shared waste service. This notice is under directive 2004/18/EC    
   
   II.2.5) Award criteria
   (Directive 2014/24/EU / Directive 2014/25/EU)
               
    Not provided       
      
      
   II.2.11) Information about options:
      Options:    Yes
      If yes, description of these options: The option to extend if necessary.
             
   
   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 Contract is to be modified under Regulation 72(1)(b) of the Public Contract Regulations such that it will be extended in duration from the 03.09.2024 to 31.03.2025.    
      
Section IV: Procedure

IV.1) Description
   
   IV.1.1) Type of procedure: Negotiated procedure without prior publication (in accordance with Article 32 of Directive 2014/24/EU)          
   
   IV.1.3) Information about framework agreement
         The procurement involves the establishment of a framework agreement: No    
   
   IV.1.8) Information about the 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 OJ S: 2014/S 010 - 013568       
   
Section V: Award Of Contract/Concession
      
Award of Contract/Concession No: 1
Contract No: Not Provided    Lot Number: Not Provided    Title: Not Provided

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 22/08/2024.
      
      V.2.2) Information about tenders
      The contract has been awarded to a group of economic operators: No .

      V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Thalia WB ODC Limited, 00958007
       3rd Floor, 3-5 Charlotte Street, Manchester, M1 4HB, United Kingdom
       NUTS Code: UKH12
   The contractor/concessionaire will be an SME: No    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: 1,200,000          
         Total value of the contract/lot/concession 1,200,000         
         Currency: GBP

      V.2.5) Information about subcontracting:
         The contract is likely to be subcontracted: No          


Section VI: Complementary Information

   VI.3) Additional Information:
      The Contract is to be modified under Regulation 72(1)(b) of the Public Contract Regulations such that it will be extended in duration from the [03].09.2024 to 31.03.2025. The purpose of this extension is to enable the continuation of the Service to enable the Authority to undertake the necessary procurement associated with the Bulking (Lot 1) Services following an earlier failed procurement. Without the Bulking Services, the Re-Processing (Lot 2) Services cannot be effective. The requirements of Regulation 72(1)(b) have been detailed in Annex D 3 of this notice.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=884625886
GO-2024823-PRO-27480985 TKR-2024823-PRO-27480984   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
          South Cambridgeshire District Council
       South Cambridgeshire Hall, Cambourne Business Park, Cambourne, Cambridge, CB23 6EA, United Kingdom
       Tel. +44 1954713378, Email: sean.missin@scambs.gov.uk
       Internet address: https://scambs.gov.uk
   
      V1.4.2) Body responsible for mediation procedures:
                South Cambridgeshire District Council
       South Cambridgeshire Hall, Cambourne Business Park, Cambourne, Cambridge, CB23 6EA, United Kingdom
       Tel. +44 1954713378.

      VI.4.3) Review procedure
      Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
          South Cambridgeshire District Council
       Cambourne Business Park, Cambourne, CB23 6EA, United Kingdom
       Tel. +44 1954713000, Email: sean.missin@scambs.gov.uk
   
   VI.5) Date of dispatch of this notice: 23/08/2024


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

   No tenders or no suitable tenders/requests to participate in response to: Not provided

   
   
   The works, supplies or services can be provided only by a particular economic operator for the following reason: Not Provided
   
   Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
   
   Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

   New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: Yes

   Service contract to be awarded to the winner or one of winners under the rules of a design contest: No

   

   Purchase of supplies or services on particularly advantageous terms: Not Provided



3. Explanation

   Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
   lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
   The Contract is to be modified under Regulation 72(1)(b) of the Public Contract Regulations such that it will be extended in duration from the 03.09.2024 to 31.03.2025. The purpose of this extension is to enable the continuation of the Service to enable the Authority to undertake the necessary procurement associated with the Bulking (Lot 1) Services following an earlier failed procurement. Without the Bulking Services, the Re-Processing (Lot 2) Services cannot be effective. The requirements of Regulation 72(1)(b) are met as follows: The requirements of Regulation 72(1)(b) are met as follows: •Necessary additional services not included in the procurement: as set out above the Authority requires the Services to continue to enable the Authority to undertake a further procurement of the Bulking Services, and to effect a smooth and orderly exit from the Contract such that there is no risk to Service continuity overall through this period. •Change of Contractor cannot be made for technical reasons: Thalia has been providing the Services under Contract since the Contract was novated to them in 2022. They have developed significant expertise and knowledge of the Service delivery. Another contractor would not be able to step in and provide the Services without requiring a reasonable period of time to get up to speed. Such a requirement would be disproportionate both to the duration of the extension and the purpose of it.•Change of Contractor cannot be made for economic reasons: Given the purpose of the extension it would not be of economic benefit to the Authority, in managing public money, to be exiting the current Contract and at the same time entering into a comparable arrangement with a new contractor.•Change of Contractor would cause significant inconvenience and substantial duplication of cost: an incoming contractor would have to charge substantial set up costs to establish a new bulking facility which would be a prohibitive cost to the Authority, and there would be insufficient time to get the facility appropriately permitted and licensed by the relevant statutory bodies, and this would require significant resources to support and set up the new collection arrangement which would duplicate costs already incurred, and result in significant inconvenience.•The increase in price does not exceed 50% of the value of the original contract: the value of the modification £1,200,000 is under 50% of the anticipated value as set out in the advertised contract notice and is less than 50% of the original contract as set out in the contract award notice.
   

View any Notice Addenda

View Award Notice