Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Tender Ref PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste

  • Cyhoeddwyd gyntaf: 26 Chwefror 2025
  • Wedi'i addasu ddiwethaf: 26 Chwefror 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03b4d4
Cyhoeddwyd gan:
Derbyshire County Council
ID Awudurdod:
AA20652
Dyddiad cyhoeddi:
26 Chwefror 2025
Dyddiad Cau:
06 Chwefror 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Derbyshire County Council and Derby City Council (“the Councils”) are seeking to appoint a contractor to provide services and works in respect of the Derby and Derbyshire Waste Treatment Centre at Sinfin Lane, Derby, DE24 9GF (“DDWTC”).

The DDWTC is a treatment facility for the disposal of residual municipal waste collected by the Councils.

The successful contractor will be required to: preserve the DDWTC whilst undertaking due diligence services; rectify, commission and optimise the DDWTC; and then continue to operate and maintain the DDWTC to provide waste management services from the facility.

The opportunity comprises of two contracts; (i) a Preservation and Due Diligence Contract (“PDD Contract”); and (ii) a DDWTC Contract, which will cover the phases of the works and services summarised below and in the draft ITPD document, Background Document; Commercial Principles Table and the Finance Principles Paper available at www.eastmidstenders.org

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Derbyshire County Council

County Hall

Matlock

DE4 3AG

UK

Person cyswllt: Mr Tim Dence

E-bost: tim.dence@derbyshire.gov.uk

NUTS: UKF1

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.derbyshire.gov.uk/

Cyfeiriad proffil y prynwr: http://www.derbyshire.gov.uk/

I.1) Enw a chyfeiriad

Derby City Council

Council House Corporation Street Derby

Derby

DE1 2FS

UK

Person cyswllt: Teresa Gerrard

E-bost: teresa.gerrard@derby.gov.uk

NUTS: UKF1

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.derby.gov.uk

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.eastmidstenders.org


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.eastmidstenders.org


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Tender Ref PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste

Cyfeirnod: DN715998

II.1.2) Prif god CPV

90500000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Derbyshire County Council and Derby City Council (“the Councils”) are seeking to appoint a contractor to provide services and works in respect of the Derby and Derbyshire Waste Treatment Centre at Sinfin Lane, Derby, DE24 9GF (“DDWTC”).

The DDWTC is a treatment facility for the disposal of residual municipal waste collected by the Councils.

The successful contractor will be required to: preserve the DDWTC whilst undertaking due diligence services; rectify, commission and optimise the DDWTC; and then continue to operate and maintain the DDWTC to provide waste management services from the facility.

The opportunity comprises of two contracts; (i) a Preservation and Due Diligence Contract (“PDD Contract”); and (ii) a DDWTC Contract, which will cover the phases of the works and services summarised below and in the draft ITPD document, Background Document; Commercial Principles Table and the Finance Principles Paper available at www.eastmidstenders.org

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 280 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45220000

51131000

51133000

71310000

71323200

71333000

71510000

71620000

71630000

77314000

79400000

79710000

79993000

90510000

90530000

90715220

II.2.3) Man cyflawni

Cod NUTS:

UKF1

II.2.4) Disgrifiad o’r caffaeliad

Continued from II.1.4)

The DDWTC comprises of a Mechanical Biological Treatment for the drying of waste; a Mechanical Recovery Facility for the separation of recyclable materials; and a thermal treatment facility using Advanced Conversion Technology (ACT) (gasification) for the end disposal of residual waste. Heat produced by the ACT is used to generate electricity.

The DDWTC is designed to treat 190,000 tonnes of residual waste a year. The Councils generate around 60,000 tonnes of additional residual waste per annum but this will be managed through a separate Contract and does not form part of this opportunity. The successful contractor will not be required to treat waste at the facility until steady operations have been achieved. Waste required for testing and commissioning (up to 190,000 tonnes per annum) will be provided by the Councils.

The DDWTC is not currently operational. It is being preserved by an on-site operations team with the intention that the facility can be brought back into operation as part of this opportunity. As part of this procurement process, interested organisations will be provided with various survey information relating to the DDWTC to provide further information on the extent and nature of the works required to bring the DDWTC back into operation. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process.

The PDD Contract will be a short term contract which will provide for the successful contractor to undertake due diligence services and preserve the current condition of the DDWTC, equipment and assets and provide security at the site. Access to the DDWTC will only be granted at this time and there are a number of activities that the successful contractor will need to complete under the PDD Contract.

The PDD Contract activities will enable the successful contractor to inspect and survey the condition of the DDWTC to enable it to develop and finalise its rectification plan and fix critical plan for the DDWTC. This will support a financial investment decision to be taken by the Councils to approve the works. It is not anticipated that waste will be treated or electricity generated under the PDD Contract.

The DDWTC Contract is the main long term contract for the project if the Councils approve the rectification plan solution. The DDWTC Contract will be a single contract based on a partnering approach and will deal with the rectification, optimisation, operation and maintenance of the DDWTC. The DDWTC Contract will only proceed through the various phases provided for in it if the successful contractor achieves certain pre-agreed levels of activity and where the Councils deem the project to remain commercially viable.

During the DDWTC Contract, the successful contractor is anticipated to accept, process and treat up to 190,000 tonnes per annum of residual waste at the DDWTC.

Further information can be found in the documents made available at www.eastmidstenders.org

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 280 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 480

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The PDD Contract is anticipated to be for a term of 18 months.

The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

In accordance with the criteria and methodology described within the tender documents

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The PDD Contract is anticipated to be for a term of 18 months.

The duration of DDWTC Contract will be for an initial period of 20 years (starting from the commencement of the PPD Contact) with the Councils having the ability to extend the DDWTC Contract for further a period(s) of up to 20 years. The maximum duration of the DDWTC will therefore be for a term of 40 years and is expected to cover the remaining lifecycle of the rectified facility.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The Councils reserve the right not to award the opportunity or to award only party (or a different arrangement) of the opportunity described in this contract notice.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Continued from II2.14.

Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole.

The Councils entering into the DDWTC Contract is subject to a financial investment decision to be taken by the Councils at their absolute discretion following the completion of the PPD contract.

The estimated values in II.1.5 and II.2.6 represents the estimated value of the project to the successful contractor over the term of the contracts. The estimated range is between £1.1bn and £1.3bn.

It is anticipated that the successful contractor will secure in the region of £208m as third party revenue in the operation of the DDWTC but this will be passed through to the Councils. Consequently this value has not between included the estimated values at II.1.5 and II.2.6.

The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain incentives. Contract conditions may relate to these considerations.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-008213

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 06/02/2025

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 10/03/2025

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

Requests to participate must be by way of completion and return of the SQ pre-qualification questionnaire (“SQ”) by the date and time specified in Section IV.2.2. The Councils reserve the right not to accept submission of applications that are received after the deadline. Interested organisations are encouraged to submit their submission well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to high volumes of traffic attempting to submit applications on the same date at the same time.

Interested organisations should note that the procurement documents (including the Background Document, ITPD, Commercial Principles Table are draft documents at this stage, providing indicative information of the Councils’ intended approach in the procurement process and are for general information only. The Councils reserve the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the tender stages of the procurement procedure.

Applicants should note that it is the Councils intent to shortlist a maximum of three applicants from the SQ stage to be invited to conduct dialogue. It is also the intent that the Councils receive final tenders from all three applicants with no de-selection of bidders/bids during the dialogue stage. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

The Strand

London

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Deadline for Review Procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Dyddiad anfon yr hysbysiad hwn

06/01/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
90510000 Gwaredu a thrin sbwriel Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff
71630000 Gwasanaethau archwilio a phrofi technegol Gwasanaethau profi, dadansoddi ac ymgynghori technegol
77314000 Gwasanaethau cynnal a chadw tiroedd Gwasanaethau plannu a chynnal a chadw mannau gwyrdd
71620000 Gwasanaethau dadansoddi Gwasanaethau profi, dadansoddi ac ymgynghori technegol
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
71323200 Gwasanaethau dylunio peirianneg peiriannau Gwasanaethau dylunio peirianneg ar gyfer cyfarpar traffig
51131000 Gwasanaethau gosod generaduron stêm Gwasanaethau gosod generaduron, tyrbinau, cywasgyddion a llosgyddion stêm
51133000 Gwasanaethau gosod tyrbinau Gwasanaethau gosod generaduron, tyrbinau, cywasgyddion a llosgyddion stêm
71333000 Gwasanaethau peirianneg fecanyddol Gwasanaethau peirianneg amrywiol
79993000 Gwasanaethau rheoli adeiladau a chyfleusterau Amrywiol wasanaethau sy’n gysylltiedig â busnes
90500000 Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
71510000 Gwasanaethau ymchwilio i safleoedd Gwasanaethau goruchwylio safleoedd adeiladu
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg
90530000 Gweithredu safle sbwriel Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff
90715220 Ymchwilio i safleoedd diwydiannol Gwasanaethau ymchwilio i lygredd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
tim.dence@derbyshire.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.