+ All Categories
Home > Documents > EAST SUSSEX WASTE COLLECTION PARTNERSHIP DESCRIPTIVE ... · PDF fileDescriptive Document ......

EAST SUSSEX WASTE COLLECTION PARTNERSHIP DESCRIPTIVE ... · PDF fileDescriptive Document ......

Date post: 28-Mar-2018
Category:
Upload: dokien
View: 214 times
Download: 1 times
Share this document with a friend
36
Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 1 of 36 EAST SUSSEX WASTE COLLECTION PARTNERSHIP DESCRIPTIVE DOCUMENT FOR A JOINT PROCUREMENT OF A WASTE COLLECTION, RECYCLING, STREET & BEACH CLEANING AND ASSOCIATED SERVICES CONTRACT Description: To provide instructions and guidance regarding the tender process and allow tenderers to develop their understanding and knowledge of the range of services required. Circulated to: Invitation to submit Outline Solutions Review : November 2012 Version Date Notes/Comments 1.0 02/09/11 Content verified. Uploaded to SE Business Portal & OJEU 1.1 12/09/11 Text formatting revised. 1.2 27/10/11 Updated for ISOS following JWC 24/10/11 Introduction 1.0 Eastbourne, Hastings, Rother and Wealden Councils have formed the East Sussex Waste Collection Partnership, which also includes East Sussex County Council as the waste disposal authority, to procure through a Competitive Dialogue Procedure pursuant to The Public Contracts Regulations 2006, a single Waste Collection, Recycling, Street & Beach Cleaning and Associated Services Contract. The Partners established the principle of a Joint Waste Committee in January 2011 through which to manage the procurement process and oversee the management and operation of the contract when in place. A Cost Sharing Agreement and an Inter Authority Agreement have been developed and are due to be signed off by the Partners’ respective Cabinets in December 2011. 2.0 Rother District Council is the Administering Authority for the Partnership and invites tenderers to participate in the procurement, through Competitive Dialogue process, for the provision of Waste Collection, Recycling, Street & Beach Cleaning and Associated Services within and throughout the Partnership area. The Partnership Vision 3.0 The Partnership’s Vision is to unify the provision of waste collection and cleansing services across the Partnership area providing best value for the taxpayer of East Sussex, excellent service and a reduction in negative environmental impacts. The Aims 4.0 The primary aim of procuring a single contract is for financial reasons, but there are complementary aims which are: - To minimise the cost of services and share the costs fairly and equitably between the partners To minimise the amount of waste per head that is collected, as set out in the revised Joint Municipal Waste Strategy (JMWMS)
Transcript

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 1 of 36

EAST SUSSEX WASTE COLLECTION PARTNERSHIP

DESCRIPTIVE DOCUMENT FOR A JOINT PROCUREMENT OF A WASTE COLLECTION, RECYCLING, STREET & BEACH CLEANING AND ASSOCIATED SERVICES CONTRACT Description: To provide instructions and guidance regarding the tender process and allow tenderers to develop their understanding and knowledge of the range of services required. Circulated to: Invitation to submit Outline Solutions

Review : November 2012

Version Date Notes/Comments

1.0 02/09/11 Content verified. Uploaded to SE Business Portal & OJEU

1.1 12/09/11 Text formatting revised.

1.2 27/10/11 Updated for ISOS following JWC 24/10/11 Introduction 1.0 Eastbourne, Hastings, Rother and Wealden Councils have formed the East Sussex

Waste Collection Partnership, which also includes East Sussex County Council as the waste disposal authority, to procure through a Competitive Dialogue Procedure pursuant to The Public Contracts Regulations 2006, a single Waste Collection, Recycling, Street & Beach Cleaning and Associated Services Contract. The Partners established the principle of a Joint Waste Committee in January 2011 through which to manage the procurement process and oversee the management and operation of the contract when in place. A Cost Sharing Agreement and an Inter Authority Agreement have been developed and are due to be signed off by the Partners’ respective Cabinets in December 2011.

2.0 Rother District Council is the Administering Authority for the Partnership and invites tenderers to participate in the procurement, through Competitive Dialogue process, for the provision of Waste Collection, Recycling, Street & Beach Cleaning and Associated Services within and throughout the Partnership area.

The Partnership Vision 3.0 The Partnership’s Vision is to unify the provision of waste collection and cleansing

services across the Partnership area providing best value for the taxpayer of East Sussex, excellent service and a reduction in negative environmental impacts.

The Aims 4.0 The primary aim of procuring a single contract is for financial reasons, but there are

complementary aims which are: - • To minimise the cost of services and share the costs fairly and equitably

between the partners • To minimise the amount of waste per head that is collected, as set out in the

revised Joint Municipal Waste Strategy (JMWMS)

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 2 of 36

• To reach a minimum average recycling rate of 50% for the Partnership, as set out in the JMWMS

• To have a centralised client support function • To rationalise and unify as much as possible collection service arrangements,

including street cleansing and associated services where these deliver efficiencies

• To provide efficient, safe and effective waste collection services that the Taxpayer can access and use easily and efficiently

• To encourage behavioural and attitude changes in residents to develop and instil responsible waste management practice and to maintain or improve customer satisfaction

• Where affordable to strive for innovation and added value The Project: Single Waste Services Contract 5.0 A Single Waste Services Contract seeks to gain efficiencies and economies by

bringing together the waste, recycling, public cleansing and other associated functions of the Partners and elements of disposal of recyclate and compostable material. However, the Partners will allow and encourage tenderers the freedom to introduce innovation through the competitive dialogue process to make proposals for service change from current arrangements to a more rationalised and unified collection system across the Partnership area where appropriate and achievable. To allow this the contract documents will describe current service but will use outcome based principles for future service delivery while some prescriptive elements will remain to cover certain specific activities.

6.0 Currently, all Partners operate separate and different waste/kerbside recycling collection schemes. They also provide a number of ‘Bring Centres’ which are serviced by a variety of arrangements. Each of these systems has its merits and performs satisfactorily but the Partnership acknowledges the economic and operational benefits unified operations can bring and considers the adoption of improved harmonisation as a vital cost saving element of this contract. It is acknowledged that some locations within the Partnership area, such as town/village centres, conservation areas and the like, present service difficulties for waste and recycling collections and individual service solutions have evolved to meet requirements. It will be probable that service variations will have to remain, but these should be restricted to only those areas that absolutely require them and the number of variations in service type should be minimised.

7.0 Although all Partners provide street sweeping and beach cleaning services to the standards set in the Environmental Protection Act, 1990 (EPA) and the associated Code of Practice on Litter and Refuse each Partner has developed working practices to meet the specific demands peculiar to their own area and to support their local economy and to some extent enhance standards above those set by the by the EPA.

8.0 The current requirements for each element of service will be set out in the Specification, but will be subject to discussion through the Competitive Dialogue process to determine whether improvements and economies can be made. No reduction in standard of service is acceptable and preferably an improved level of service will be sought.

The Partnership Area

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 3 of 36

9.0 The extent of the Partnership area is shown on a plan at Appendix 1 to this Descriptive Document. It encompasses the four administrative areas of Eastbourne and Hastings Borough Councils and Rother and Wealden District Councils of East Sussex. It excludes the administrative area of Lewes District Council. The following metrics apply to the Partnership area: -

Hastings Eastbourne Rother Wealden Total Area (ha) 3,016 4,532 51,539 83,502 142, 589 Population 86,987 98,493 89,987 145,185 420,652 Properties 42,195 47,101 43,251 63759 196,063 Population density

28.8/ha 21.7/ha 1.7/ha 1.7/ha 2.9/ha

Description and Details of the Eastbourne administrative area 10.0 Eastbourne is the largest urban centre in the mixed urban/rural County of East

Sussex. It is a successful coastal town and is well known regionally, nationally and internationally as a holiday destination and a top conference centre. The Borough is 4532 hectares in area, and has a coastline frontage of approximately 7km comprising shingle beaches and promenade to the South East with the South Downs and Beachy Head forming a back cloth to the North West of the Borough.

11.0 Eastbourne boasts one of the largest developing inland harbour sites in Europe. The main centre of Eastbourne is the town centre itself, although there are a number of centres of population and commerce throughout the Borough. The main economic activities of the area are tourism, retail, light industrial and commercial.

12.0 The Borough's population is currently 98,493. 13.0 The Eastbourne Borough Council’s Vision for the Borough as described in the

Corporate Plan is to create a prosperous, fair and socially inclusive community which protects people and values and enhances its environment by making Eastbourne: • A healthy place - by protecting health through intervention, education and

responsible action; and keeping Eastbourne clean and clear of litter and waste • A place to enjoy - by maintaining quality spaces for relaxation and play; and

developing a wide range of events for residents and in support of the tourism industry

• A place for the future - by promoting and implementing the principles of sustainability; reducing waste and developing and promoting recycling and energy conservation; protecting and enhancing the natural environment; and promoting the use of environmentally friendly forms of transport.

14.0 The Eastbourne Citizen’s Survey and Residents Surveys show that the quality of the

provision of the amenities services is rated highly by Eastbourne residents compared to other services. The importance of keeping Eastbourne clean is highly rated by residents.

15.0 In addition to the population of the town there are approximately some 4.3 million

tourists, holidaymakers and day trippers that visit Eastbourne each year. There are approximately eight annual events hosted by the Council with another 25 events that take place in partnership with other organisations. Extra cleansing resources are required to support these activities.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 4 of 36

16.0 There are approximately 47,625 properties receiving domestic waste collection in the

District. The service outline is as follows: -

Collection Service

No. Properties on Service

Waste Stream and Containment

Residual Cans/Plastic/Glass/Textiles/Batteries/ Paper

Green Garden & Cardboard

Weekly 47,625 Black wheeled bin 180 litre (larger or smaller bins used in exceptional cases)

Two weekly Recycling 47,625 (opt in) Garden Waste 22,513

Green box 55lt Green wheelie bin 180 litre

HMOs/Flats May have communal recycling collected on a fortnightly basis smaller blocks have green boxes.

Wheeled/bulk containers (provided by agent/owner)

180lt to 1100lt wheelie bins.

17.0 The annual total of all household waste collected in Eastbourne in 2010/11 was

36,841 tonnes made up as follows:

RECYCLING Material Kerbside Bringsite Tins and Cans 200.23 69.72 Plastic Bottles 286.64 122.84 Paper 1601.97 1022.47 Garden Waste 4933.81 0.00 Green Glass 963.87 335.63 Brown Glass 224.59 78.20 Clear Glass 936.23 326.00 Textiles and Books 53.48 153.30 Batteries 0.00 4.30 Cardboard 0.00 295.71 Drinks Cartons 0.00 29.37 Totals 9200.82 2437.55 Total Recycling 11638.37

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 5 of 36

RESIDUAL WASTE Type Bulky Waste 481.4 Street/Beach Cleansing 1472.0 Fly Tips 283.9 Clinical 45.6 Regular Collection 22838.6 Dog Waste 81.3 Total Residual Waste 25202.68 TOTAL WASTE 36841.05

18.0 The Council currently operates 26 Bring Centres throughout the Borough which vary

from glass only sites to a full range of commodities as shown above. 19.0 Current disposal sites are: -

Material Disposal Location Residual Newhaven EFW plant Cans/plastics Cans to AMG Resources.

Plastic Bottles to ESCC then Closed Loop Recycling. Green garden KPS or Whitesmith Composting Facility Paper UPM Kymmene Glass O-I United Glass Textiles and books Larry M Barry and various charities Tetrapaks serviced by Recresco Large WEEE The Household waste site St Phillips Ave (operated by

ESCC) 20.0 There are approximately 286 km of public highway within the Borough that receive

cleaning. Frequencies vary according to statutory requirements. Trunk roads 0 km A Roads 26 km B Roads 12 km C Roads 12 km Unclassified 238km

21.0 The general standards that prevail are those set out in the Environmental Protection

Act, 1990 and the associated Code of Practice although there are some additional requirements within the town centre and shopping areas

22.0 In addition to the events described in para 15.0 above, there are seasonal weather

variations that result in high use and additional cleansing of Seafront, Beaches and Zone 1 areas during Summer season, Bank Holidays and the Christmas season.

23.0 There are 650 litter bins and 180 dog bins currently serviced by the Council.

24.0 There are approximately 7 km of designated amenity beaches.

Description and Details of the Hastings administrative area

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 6 of 36

25.0 Hastings Is a reasonably compact urban area encircled by Rother District Council and situated towards the eastern end of the County of East Sussex. It covers an area of 3016 hectares.

26.0 The population is currently 85,000. The town is divided into four Management Board Areas with four ward areas in each. Much of the Town’s economic regeneration and consultation arrangements are based around this structure. Several of the town’s wards are amongst some of the most deprived wards in the Country and in many of those areas the Housing stock is old and poorly maintained. In the last decade the town has benefited from additional funding to help combat the relatively weak economy and high unemployment figures. The main employers in the Borough are the tourism, light industry and service industries.

27.0 The geography of the town is also interesting, with a seafront over three miles long, and some superb, award-winning, green spaces. The mediaeval Old Town has one of the highest concentrations of half-timbered houses in the country, and is home to the largest beach-based fishing fleet in Europe. The town has developed with an Edwardian/Victoria town centre and large social housing estates located toward the edges of the administrative area.

28.0 Hastings is a town of contrasts, with a booming visitor economy but areas of significant deprivation. During the summer the population swells by an estimated 3 million visitors, generating over £220m for the town’s economy and supporting over 5,000 jobs. A number of significant events take place during the year that have a major impact on Waste Collection and Street Services. The Town Centre and Old Town are busy most of the year and require special cleansing (zone 1+). Parts of the Town Centre and Old Town enjoy an evening economy.

29.0 There are approximately 42,195 properties receiving domestic waste collection in the Borough.

30.0 The outline description of current services is tabled below: -

Collection Service

No. Properties on Service

Waste Stream and Containment

Residual Cans/Plastic/Glass/Textiles/Batteries/ Paper

Green Garden (charged for scheme)

Weekly (not suitable for twin bin arrangement)

14,000 Black sack (provided by residents)

Pink sack (provided by Council / Contractor)

Brown 240litre wheeled bin

Two weekly 26,000

Black 240litre wheeled bin

Green 240litre wheeled bin

Brown 240litre wheelie bin

HMOs/Flats 1,500 Wheeled/bulk containers

Wheeled containers (provided by Council / Contractor)

None

Some 600 On-street Pink sack None

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 7 of 36

Terraced properties, Flats and HMOs

(in addition to no. of weekly collection properties)

Community Bins (1280 litre)

Note: All on-street containers provided by Council / Contractor

31.0 The annual total of all household waste collected in Hastings in 2010/11 was 30,459

tonnes made up as follows: Waste stream

(tonnes) Recycling Disposed at

Transfer station(s)

Kerbside (tonnes)

Bring centres *(tonnes)

Cans & plastics 5,200 35 No Newspapers & pams (inc. above) 180 No Green garden 1,342 no service Yes Glass: Mixed colours no service 1,680 No Textiles no service 100 No Tetrapak no service Nil Small WEEE New Yes Total recycled 8,437 Bulky waste collections 300 Yes Street & beach cleaning 2,212 Yes Fly tip 64 Yes Clinical 51 Residual (landfill and EfW) 21,922 Total (all collected waste) 28,464 1,995

32.0 The Council currently operates 40* Bring Centres throughout the Borough which vary

from glass only sites to a full range of commodities as shown above. (* All included, large and individual banks.)

33.0 Current disposal sites are: -

Material Disposal Location Residual Pebsham WTS, St. Leonards Cans/plastics Pebsham WTS, St. Leonards Green garden Pebsham WTS, St. Leonards Paper Aylesford direct Glass Valpak – Day Bodian Textiles and books serviced and processed by Salvation Army Tetrapaks Awaiting containers Large WEEE Pebsham WTS, St. Leonards

34.0 There are approximately 268 km of public highway within the District that receive

cleaning. Frequencies vary according to statutory requirements. . The approximate breakdown is as follows: -

Zone 1+ 12.7km

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 8 of 36

Zone 1 22.2km Zone 2 19.1km Zone 3 214.3km Footways 177.9km

35.0 The general standards that prevail are those set out in the Environmental Protection

Act, 1990 and the associated Code of Practice although there are some additional requirements. The town centres of Hastings and routes to the Old Town are zone 1 + requiring cleansing up until 10.00 pm Other zone 1 areas require daily cleansing, whilst most residential areas require at least fortnightly cleansing.

36.0 The other no variations based on parishes, although through area based

management boards and “Quality Streets” initiatives; there is an expectation that some localised variations of service may be required.

37.0 There are 552 litter bins currently serviced by the Council. Of these, 249 are group 1

(High frequency); 93 are group 2 (once a day); 103 are group 3 (x3 per week). There are currently 107 dog bins, emptied x3 per week.

38.0 There are approximately 5964 linear metres of designated amenity beaches, which

requires cleaning. Of this 734 is high frequency and 5230 is of lower frequency. The area for cleansing varies based on the mean high tide mark and the sea wall. Tourism is a vital sector of industry and an important income generator in the area and to support this position the Council has been very active and successful in achieving prestigious awards on its eligible amenity beaches. The area around the Fisherman’s Stade is especially busy in the Summer and with the opening of the new Jerwood Gallery and associated facilities, it will raise usage year round.

39.0 In parts of Hastings and St. Leonards with older housing stock, (terraced Victorian

houses), flats and houses of multiple occupation, refuse collection has been adapted to suit particular needs, including communal bins, daily collections, weekly collections, all utilising black sacks, (pink sacks for recycling). The Council is prioritising better containment to avoid spillages, (mostly caused by seagulls).

Description and Details of the Rother administrative area

40.0 Rother is the most easterly division of the County of East Sussex and is divided in

part from the County of Kent by the line of the River Rother. It shares its western boundary with Wealden District Council and encircles the separate administration of the Borough of Hastings at its southern fringes. It covers an area of 51,539 hectares (200 sq. miles) of which over 80% lies within the High Weald Area of Outstanding Natural Beauty

41.0 The main centres of resident population are Bexhill (approximately 44,000), Battle (approximately 6,000) and Rye (approximately 4,500) with the balance of the population spread among 30 parishes of a rural nature. Many of the towns and villages in the District are of historical significance. There are 10 designated Conservation Areas with some 2,500 Listed Buildings in the District.

42.0 The main employers in the District are the tourism, agriculture and service industries

43.0 During the summer period the population increases by an approximate average of 27,000 tourists and holidaymakers. In addition, fine weekends during the summer can

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 9 of 36

produce a surge of some 20,000 people in coastal areas, particularly in Camber. The impact of this seasonal growth is mainly evident in the coastal towns of Bexhill, Camber and Pett Level/Winchelsea Beach, together with the towns of Rye and Battle.

44.0 There are approximately 43,250 properties receiving domestic waste collection in the District. The service outline is as follows: -

Collection Service

Properties on service

Waste stream and containment

Residual Cans/Plastic Paper Green Garden & card

AWC

38,600 Black wheeled bin 180 litre (larger bins used in exceptional cases)

Black box 55 litre

Green box 55 litre

Green wheeled bin 240 litre

Note: all above containers supplied by the Council / Contractor

Weekly (not suitable for AWC: town/village centres or difficult access)

2,514 Black sack/bin (provided by residents)

Alternate week red sack (provided by Council)

Alternate week blue sack (provided by Council)

No service Note – card can be placed in cans/plastic red sack.

HMOs/Flats Approx. 2,100

Wheeled/bulk containers (provided by agent/owner)

Wheeled containers or boxes (provided by Council)

Wheeled containers or boxes (provided by Council)

Approx. 100 240 litre (provided by Council)

45.0 The annual total of all household waste collected in Rother in 2010/11 was 35,580

tonnes made up as follows: Waste stream (tonnes)

Recycling Disposed at Transfer station(s)

Kerbside Bring centres* Cans & plastics 986 155 Newspapers & pams 3,011 570 Green garden 8,580 no service Glass: green no service 1,174 brown no service 103 clear no service 790 Textiles and books no service 275 Tetrapak no service 21 Large WEEE (collected as 26

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 10 of 36

bulky) Total recycled 15,691

Bulky waste collections 405 Street & beach cleaning 2,442 Fly tip 57 Clinical 59 Residual 16,926 Total (all collected waste) 35,580

46.0 The Council currently operates 37 Bring Centres throughout the District which vary

from glass only sites to a full range of commodities as shown above. 47.0 Current disposal sites are: -

Material Disposal Location Residual Pebsham WTS, St. Leonards Cans/plastics Pebsham WTS, St. Leonards Green garden Pebsham WTS, St. Leonards Paper Westham WTS Glass serviced by Wealden taken to Bellbrook WTS Textiles and books serviced and processed by Salvation Army Tetrapaks serviced by Recresco Large WEEE Punnetts Town

48.0 There are approximately 715km of public highway within the District that receive

cleaning. Frequencies vary according to statutory requirements. Some 480 km of highway are very rural in character. The approximate breakdown is as follows: -

Trunk roads (A21 and A259) 50 km Principal A roads 71 km Non-Principal roads B 81 km Non-Principal roads C 203 km Non-Principal roads UC 310 km

49.0 The general standards that prevail are those set out in the Environmental Protection

Act, 1990 and the associated Code of Practice although there are some additional requirements. The town centres of Bexhill (including the shopping centres of Sidley and Little Common), Battle and Rye require cleaning at least daily including weekends, Bank and Public Holidays.

50.0 The other rural parishes concerned require their streets swept and litter picked, and litter bins serviced at varying frequencies.

51.0 There are 650 litter bins currently serviced by the Council. Of these, 235 are in Bexhill with the balance spread through the District. Some litter bins in the coastal areas are in place during the summer season only.

52.0 There are approximately 19 km of designated amenity beaches, much of which are in or adjacent to SSSIs (Site of Special Scientific Interest), SPAs (Special Protection Area), SACs (Special Area of Conservation) or RAMSARs (Designation of Wetlands of International Importance). The main user centres located at Bexhill (3km), Pett Level and Winchelsea Beach (6.5 km) and Camber Sands (4km). These centres require regular daily cleaning throughout the summer season. Other beaches at Normans Bay (3km) and Bexhill west (2.3 km) require cleaning at least twice per week during the season. Tourism is a vital sector of industry and an important income

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 11 of 36

generator in the area and to support this position the Council has been very active and successful in achieving prestigious awards on all its eligible amenity beaches. Camber Sands beach and village area will require attention throughout the day during peak times to ensure statutory requirements are met.

53.0 The towns of Battle and Rye are popular visitor destinations and, particularly at Rye, are subject to very large numbers of visitors mainly during the summer season but, on occasions, also out of season. This may entail additional cleaning to ensure statutory requirements are achieved and maintained.

Description and Details of the Wealden administrative area 54.0 Wealden is geographically the largest of the partnership administrative areas and

borders Kent and Surrey in the North, West Sussex and Lewes DC in the West and Rother DC to the East. Wealden also encircles the separate administration of the Borough of Eastbourne at its southern boundary. It covers an area of 83,700 hectares (323 sq. miles) of which over 61% lies within the High Weald Area of Outstanding Natural Beauty or the newly created South Downs National Park

55.0 The main centres of resident population are Hailsham (approximately 20,000), Crowborough (approximately 19,500), Uckfield (approximately 14,600), Polegate and Willingdon (approximately 15,300) and Heathfield (approximately 7,200) with the balance of the population spread among 38 parishes of a rural nature. There are 34 designated Conservation Areas with over 2,500 Listed Buildings in the District.

56.0 The main employers in the District are the service industries and agriculture.

57.0 There are approximately 64590 properties receiving domestic waste collection in the District. The service outline is as follows: -

Collection Service

Properties on service

Waste stream and containment

Residual Cans/Plastic Paper Green Garden & card

AWC

58690 Grey wheeled bin 240 litre (larger bins used in exceptional cases)

Blue box 40 litre or caddy

Blue box 40 litre or caddy

Grey wheeled bin 240 litre

Note: all above containers supplied by the Council Weekly (not suitable for AWC: town/village centres or difficult access)

400 Black sack/bin (provided by the Council)

No kerbside service

No kerbside service

No kerbside service

HMOs/Flats Approx. 5500

Wheeled/bulk containers (provided by

Wheeled containers or boxes

Wheeled containers or boxes

Wheeled containers or boxes

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 12 of 36

the Council) (provided by Council)

(provided by Council)

(provided by Council)

58.0 The annual total of all household waste collected in Wealden in 2010/11 was 58155

tonnes made up as follows: Waste stream (tonnes)

Recycling Disposed at Transfer station(s)

Kerbside Bring centres * Cans & plastics 885 271 Newspapers & pams 4,474 749 Green garden 14,479 no service Glass: green no service 1,676 brown no service 125 clear no service 1,131 Textiles and books no service 213 Tetrapak no service 9.445 Large WEEE (collected as bulky) 7 Total recycled 24,018 Bulky waste collections 124 Street & beach cleaning 645 Fly tip 184 Clinical 93 Residual 32,873 Total (all collected waste) 58,155

59.0 The Council currently operates 75 Bring Centres throughout the District which vary

from glass only sites to a full range of commodities as shown above. 60.0 Current disposal sites are: -

Material Disposal Location Residual Pebsham WTS, St. Leonards Cans/plastics Bellbrook MRF, Uckfield Green garden KPS Composting site, Isfield Paper Bellbrook MRF, Uckfield Westham WTS Glass Bellbrook MRF, Uckfield Textiles and books serviced and processed by Salvation Army Tetrapaks serviced by Recresco Large WEEE

61.0 There are approximately 1348.06 km of public highway within the District that receive

cleaning. Frequencies vary according to statutory requirements. Some 500 km of highway are very rural in character. The approximate breakdown is as follows: - Trunk roads (A27 and A259) 18.06 km Principal A roads 200 km Non-Principal roads B 132 km Non-Principal roads C 409 km Non-Principal roads UC 588 km

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 13 of 36

62.0 The general standards that prevail are those set out in the Environmental Protection

Act, 1990 and the associated Code of Practice

63.0 There are 404 litter bins currently serviced by the Council either daily or weekly depending upon location.

64.0 There were 448 recorded fly tips in 2010/11.The Council has a robust Environmental Crime policy which is implemented by the Street Scene Enforcement Team who investigate and prosecute offences.

TUPE 65.0 The Partnership takes the view that the Transfer of Undertakings (Protection of

Employment) Regulations 1981 will apply to the award of this contract. TUPE information will be provided after the Invitation to Submit Outline Solutions (ISOS).

66.0 Eastbourne, Hastings and Rother Councils currently are under contract with different private sector service providers. Wealden DC operates an in-house service and will be transferring staff for the first time on this service.

Staffing and Resources

67.0 For the avoidance of doubt tenderers should not assume that the current staffing or resource levels or current arrangements are necessarily appropriate or adequate.

Procurement Process

68.0 The procurement process will be through Competitive Dialogue to enable tenderers to develop and discuss proposals with the Partners for unified waste/recycling collection schemes and any other operational improvements that can be achieved.

69.0 The main stages of the process are: • Pre qualification • Dialogue Phase • Preferred Tenderers’ Submissions • Contract Award

70.0 The contract start date is 1 April 2013 and Eastbourne Borough Council is the first of

the Partners to require service. It should be noted that this start date is Easter Monday bank holiday.

71.0 Wealden District Council is seeking to join at the earliest opportunity and therefore also expects to commence service on 1 April 2013.

72.0 Hastings Borough Council is expected to commence service on 2 July 2013.

73.0 Rother District Council is expected to commence on 1 April 2014.

74.0 The indicative Joint Waste Contract Procurement timetable is set out below:

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 14 of 36

75.0 While there may be a degree of latitude within the process it will, of necessity, have to tie in with the Partner’s individual Council decision making cycles and this will impose overall time constraints to ensure the project is delivered on time.

76.0 Stages 3, 8 and 13 in the timetable indicate the stages of the selection process where the number of companies going forward to the next stage is reduced.

77.0 Joint Waste Contract Procurement Timetable Procurement Stage From Until 1. Issue of OJEU notice 7 September

2011

2. Deadline for return of PQQs 14 October 2011

3. Evaluation of PQQs and selection of shortlisted tenderers

17 October 2011

9 November 2011

4. Issue of Contract documentation (Outline Solutions)

18 November 2011

5. Open Days for shortlisted tenderers 24 November 2011

25 November 2011

6. CD (Outline Solutions) opens, one dialogue meeting per tenderer

28 November 2011

9 December 2011

7. Deadline for submission of tenders (Outline Solutions)

20 January 2012

8. Evaluation and selection of tenderers for dialogue on Detailed Solutions

24 January 2012

28 February 2012

9. Refinement of Contract documents 14 February 2012

28 February 2012

10. Issue of Contract documentation (Detailed Solutions)

12 March 2012

11. Dialogue (Detailed Submissions), one dialogue meeting per tenderer

20 March 2012

23 March 2012

12. Deadline for submission of tenders (Detailed Solutions)

27 April 2012

13. Evaluation and selection of tenderers for dialogue on final tenders

30 April 2012 25 May 2012

14. Refinement of Contract documents 16 May 2012 25 May 2012 15. Issue of Contract documentation (Final

Tenders) 8 June 2012

16. Dialogue (Final Tenders), one dialogue meeting per tenderer

11 June 2012 15 June 2012

17. Close CD and call for Final Tenders 29 June 2012 18. Deadline for submission of tenders (Final

Tenders) 20 July 2012

19. Final evaluation (including clarification process)

23 July 2012 14 August 2012

20. Confirm commitments, final clarifications, final due diligence and approvals

15 August 2012

20 September 2012

21. Alcatel period 21 September 2012

30 September 2012

22. Award Contract 30 September 2012

5 October 2012

22. Mobilisation and Contract Start 30 September 1 April 2012

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 15 of 36

2012 Contract Length 78.0 The contract length will be a key consideration during the competitive dialogue

process. It is anticipated that the minimum contract length will be eight years and the maximum acceptable length is twenty years. Provisions to enable the contract length to be extended are anticipated but will be subject to specific performance targets. The Contract length will also depend upon the nature and extent of the service investments the Contractor is proposing to make. The Council will reserve the right to terminate the Contract at key points giving not less than 18 months written notice.

Specification 79.0 The Specification will set forth the existing service levels and the standards to which

those services will be provided along with KPIs to measure performance. It will also set forth the parameters for future service provision the Partnership believes should be provided. The Specifications will, subject to amendments arising from the Competitive Dialogue process, form part of the Contract and the successful tenderer will be bound to provide services in accordance with the Specification.

Conditions of Contract 80.0 These are the terms and conditions which the Partnership proposes to enter into with

the successful tenderer. This document, subject to amendments arising through the dialogue process, will form part of the Contract and the successful tenderer will be bound to provide the services in accordance with the Conditions of Contract

Premises and Depots 81.0 Services in each Partner area currently operate from the following depots: -

• Eastbourne BC: (i) Units 1-5, Courtlands Road, Eastbourne (private landlord) (ii) Westham MRF, Eastbourne Road, Westham (owned by current contractor)

• Hastings BC:

(iii) Bulverhythe Depot, Bulverhythe Road, Hastings (owned HBC)

• Rother DC: (iv) London Road Depot, London Road, Bexhill (owned RDC)

• Wealden DC: (v) Amberstone Depot, Hailsham (owned WDC) (vi) Jarvis Brook Depot, Crowborough (owned WDC) (vii) Bellbrook MRF, Uckfield (owned WDC)

82.0 The Contractor shall provide and maintain suitable offices and depots for the parking

of all vehicles and the administration of the contract in accordance with the Conditions of Contract and Specification. Should the Contractor wish to use any, or part of any, depot facilities listed above this will be on the basis of a lease agreement negotiated with the respective Partner authority, such arrangement not forming part of the Contract.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 16 of 36

83.0 This Partnership provides an opportunity to rationalise the use of the depots and to

plan and develop strategic operational bases to support the contract over its duration. Not all depots are in the ownership of the Partners and some of the sites may offer limited opportunities in the future. The Competitive Dialogue process will be used to determine how tenderers propose to use or develop these, or additional facilities. It is acknowledged that the length of the contract will be a consideration when assessing future development options and tenderers’ proposed investment in the Contract.

Equipment and Vehicles

84.0 It will be the Contractor’s responsibility throughout the Contract to procure and provide, at his expense, all Equipment and Vehicles to satisfactorily undertake the Services in accordance with the Conditions of Contract and Specification. All costs are to be included in the Tender.

85.0 It should be noted that Wealden District Council operates and either owns or leases its vehicle fleet. These vehicles have been replaced and maintained on the basis of a rolling programme. WDC offers the Contractor the opportunity to purchase or accept novation of these vehicles to the Contract and any offers made in connection with these vehicles should be included in the Tenderers submission.

86.0 All vehicles and carbon fuel driven plant used on this contract shall be to the highest environmental standards relating to emissions, in the case of LGVs the minimum acceptable standard will be Euro VI at contract commencement.

87.0 It may be possible for the Contractor to procure vehicles which are used exclusively for the delivery of Services on this Contract with the aid of funding arranged through the Partnership. Should a Contractor wish to consider the use of this option, further consideration can be given during Competitive Dialogue. However, the Tenderer will be deemed to have included in any Tender all costs and expenses in relation to vehicles and equipment whether or not this option is considered or used.

Mobilisation Period

88.0 The intention is to award the Contract to the successful Tenderer in October 2012 to leave a mobilisation period of around six months. During this period the Contractor will be required to submit an updated mobilisation plan for all Partners’ start dates to ensure full Services to Contract Standard on the due dates. Again, attention is drawn to the start date of 1 April 2013 being Easter Monday bank holiday.

89.0 During the mobilisation period the Contractor will be required to organise and attend a series of meetings with the Partners specifically to discuss mobilisation and to update the mobilisation and resource plans. There will also be a need for the Contractor to attend various Council Committees as well as Parish and other public meetings during this period. The Contractor is considered to have made sufficient allowance in their Tender for the level of attendance required.

Carbon Reduction

90.0 The Contractor will be required to outline all operational proposals for managing the environmental aspects of the Services to be provided under this contract. The following should be included: -

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 17 of 36

• Proposed Environmental Management systems and how they will be specifically applied to the service

• Demonstration that the choice of vehicles, fuels and the design of the collection rounds are logistically efficient for each element of the service and that this represents minimisation of fuel use and carbon produced

• Arrangements in place to ensure supply chain arrangements for all elements of this Service deliver Best Value and the lowest environmental impact

• Maintenance of vehicles undertaken to ensure maximum performance and minimised emissions and fuel use throughout the Contract period

• A range of targets over the Contract period to reduce • Fuel use • Carbon emissions • Environmental impact of service • Residual waste

91.0 The Contractor should also include any other carbon reduction measures considered

appropriate and which can be validated.

Promotion and Education

92.0 The Partnership recognises the need to communicate and promote the benefits of service changes. There is a need to engage with residents during such changes and to provide ongoing support to ensure the services are understood, accepted and used by the Residents. The Partnership is considering the need for a programme of Promotion and Publicity to support any service changes that will be implemented as a result of this contract. The Contractor will be required to participate in this programme and include in their Tender sufficient provision to support an effective level of household communications and promotional activity. The nature and extent of this provision will form part of the Competitive Dialogue process.

Tenderers’ Open Days 93.0 It is intended to hold Tenderers’ Open Days on 24th and 25th November 2011.

Further opportunities can be arranged during the course of the Competitive Dialogue for additional visits and these will be notified accordingly.

94.0 A Confidentiality Undertaking is included as Appendix B; and Tenderers should be

prepared to sign this Undertaking and bring it to the Open Day on 24th November; once this is received, Tenderers will be provided with confidential information, including TUPE data.

95.0 A further Confidentiality Undertaking relating specifically to the information provided as part of the evaluation model is provide as Appendix C; and Tenderers should also be prepared to sign this Undertaking and bring it to the Open Day on 24th November 2011.

Responses and Enquiries

96.0 All responses and enquiries will be handled through: -

Waste Procurement Rother District Council Town Hall

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 18 of 36

Town Hall Square Bexhill-on-Sea East Sussex TN39 3JX Email: [email protected]

Formalities regarding Submissions (Outline Solutions) Sufficiency of Information 97.0 The Tenderer shall ensure that it is familiar with the content, extent and nature of its

obligations as set out in the Tender Documents and shall in any event be deemed to have done so before submitting its Final Tender.

98.0 Tenderers will be deemed for all purposes connected with this procedure to have carried out all research, investigations and enquiries which can reasonably be carried out and to have satisfied themselves as to the nature, extent, volume and character of the Service (in the context of and as it is described in the Specification) and the extent of the labour, vehicles, depots, equipment, IT and other materials and resources which may be required and any other matter which may affect its Tender.

Costs and Expenses 99.0 All costs, expenses and liabilities incurred by the Tenderer in connection with

preparation and submission of Tenders will be borne by the Tenderer. 100.0 The Tenderer shall have no claim whatsoever against the Council in respect of such

costs. Further Information and Enquiries 101.0 At any time before noon on 10 January 2012 the Tenderer may write to the Council

requesting any information or raising any query in connection with the Tender Documents, the procedure leading to award of Contract or any other matter relating to the Services. Any such communication must be in writing by email to [email protected]

102.0 Other than questions relating to the particular nature of a Tenderer’s offer, questions

and the responses will be circulated to all Tenderers. Rejection of Outline Proposals 103.0 Any Tender submitted in respect of which the Tenderer carries out or proposes to

carry out any of the following will be rejected:

a. Discloses to any third party prices shown in its Tender except where such disclosure is made in confidence in order to obtain quotations necessary for the purposes of financing or insurance; and/or

b. Enters into any agreement with any other person that such other person shall refrain from submitting a Tender or shall limit or restrict the prices to be shown by any other Tenderer in its Tender; and/or

c. Fixes prices in its Tender in accordance with any arrangement with any person or by reference to any other Tender; and/or

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 19 of 36

d. Has directly or indirectly canvassed any Member or official of the Council concerning award of the Contract or who has directly or indirectly obtained or attempted to obtain information from any such Member or official concerning any other Tenderer or Tender submitted by any other Tenderer; and/or

e. Has done anything improper to influence the Council during the procurement period.

104.0 For the avoidance of doubt any rejection of a Tender pursuant to paragraph 33 above

shall be without prejudice to any other civil remedies available to the Council or any criminal liability which such conduct by a Tenderer may attract.

Confidentiality and Ownership of Documents

105.0 The Tender Documents and all other documentation issued by the Council relating to the Contract shall be treated by the Tenderer as confidential for use only in connection with the procurement process and any resulting Contract. The said documentation shall not be disclosed in whole or in part to any third party without the prior written consent of the Council save where such information has been disclosed for the purposes of obtaining quotations from proposed insurers and/or sub-contractors and other information required to be submitted with the Tender.

106.0 The provisions of the Confidentiality Undertaking apply to all forms of information provided during this procurement process that is marked confidential.

107.0 The copyright in all the Contract Documents shall vest in the Council and all such documents and all copies thereof are and shall remain the property of the Council and must be returned to the Council upon demand.

Freedom of Information Act

108.0 Rother District Council is a “public authority” for the purposes of the Freedom of Information Act 2000 (“FOIA”) and the Environmental Information Regulations 2004

109.0 Accordingly, the information submitted to the Council by you may need to be disclosed in response to a request made by a third party under the Act. The Council may also decide to include certain information in the publication scheme which it is required to maintain under FOIA.

110.0 If you consider that the disclosure of any of the information included in your tender would prejudice your legitimate commercial interests, or would result in the disclosure of any of your trade secrets, please identify such information in a separate schedule and explain (in broad terms together with a time period after which the information could be disclosed) what harm may result from any disclosure by us pursuant to the FOIA. Bidders must give a clear justification in writing why they prefer any information to be withheld.

111.0 The Council will consider all parts of the tender outside of the separate schedule to be appropriate to place in the public domain at the end of the tendering procedure.

112.0 Tenderers should be aware that, even where information is included in the separate schedule, the Council may still be required to disclose it under the FOIA if the application of the statutory tests by us following receipt of a request for information under the FOIA requires this, or if there is a successful appeal to the information commissioner.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 20 of 36

113.0 The Council recognises legitimate commercial concerns of suppliers and when it

considers it reasonably practicable to do so within the statutory timetable, will try to consult with the relevant Tenderer before disclosing information in the separate schedule pursuant to the FOIA. But the final decision will rest with the Council.

114.0 Tenderers should also note that the receipt by the Council of any material marked ‘confidential’ or equivalent wording shall not be taken to mean that the Council accepts any duty of confidence by virtue of marking.

115.0 If a request is received, the Council may also be required to disclose details of unsuccessful Tenders.

Submission of Tenders

116.0 Tenders must be submitted by 1600 on Friday 20 January and in an envelope or

package bearing a label provided by the Council. Packaging shall be securely sealed and shall not bear any distinguishing item or mark that indicates the identity of the sender.

117.0 The Tender shall comprise two hard copies of the submission together with a copy on

a USB storage media that is certified virus free.

Tenderer's Bidder’s Warranties

118.0 In submitting the Tender, the Tenderer warrants, represents and undertakes to the Council that:

119.0 It has in all respects complied with these instructions.

120.0 All information, representations and other matters of fact communicated (whether in

writing or otherwise) to the Council by the Tenderer or its staff in connection with or arising out of the Tender are true, complete and accurate in all respects.

121.0 It has carried out its own investigations and research, has satisfied itself in respect of all matters relating to the Contract Documents and that it has not submitted the Tender and has not entered into the Contract in reliance upon any information, representations or assumptions (whether made orally, in writing or otherwise) which may have been made by the Council.

122.0 It has full power and authority to enter into the Contract and carry out the Services and will if requested produce evidence of such to the Council.

123.0 It is of sound financial standing and the Bidder and its directors, officers and employees are not aware of any circumstances (other than such circumstances that may be disclosed in the audited accounts or other financial statements of the Bidder) submitted to the Council which may adversely affect such financial standing in the future.

124.0 It has, and has made arrangements to ensure that it will continue to have, sufficient working capital, skilled staff, equipment, machinery, premises and other resources available to carry out the Services in accordance with the Contract and for the Contract Period.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 21 of 36

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 22 of 36

APPENDIX A : MAP OF THE PARTNERSHIP AREA ** insert

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 23 of 36

APPENDIX B TUPE INFORMATION - CONFIDENTIALITY AGREEMENT GUIDANCE NOTE The Councils may only release the TUPE Information on receipt of a written request from Bidders indicating their intention to participate in the Competitive Dialogue Process and to submit a tender together with the duly completed and signed Confidentiality Agreement provided below. The Confidentiality Agreement and covering letter should be returned in an envelope marked “Private and Confidential” to:

Madeleine Gorman, Project Manager, Rother District Council, The Town Hall, Bexhill-on-Sea, East Sussex, TN39 3JX.

Tenderers are encouraged to return the Confidentiality Agreement on the 24th November 2011 during the Open Day event. On receipt of Confidentiality Agreement the TUPE information pertaining to the staff profile, including number of employees; length of service; and age of individuals, and details of the agreed terms and conditions of employment and relevant employment policies and practices that has been obtained from the incumbent contractors will be forwarded to the Bidder. Bidders should note that this information is only available in hardcopy format. Upon receiving the TUPE information Bidders must observe the conditions of the Confidentiality Agreement and in the TUPE Information pack. Bidders are reminded that having receiving the TUPE Information if invited to tender then they must submit a TUPE tender offer.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 24 of 36

CONFIDENTIALITY AGREEMENT THIS AGREEMENT is made on the day of 2011 BETWEEN: On the one part, EASTBOURNE BOROUGH COUNCIL whose principal office is situated at 1 Grove Road, Eastbourne, East Sussex, BN21 4TW (“Eastbourne”); HASTINGS BOROUGH COUNCIL whose principal office is situated at Aquila House, Breeds Place, Hastings, East Sussex, TN34 1QR (“Hastings”); ROTHER DISTRICT COUNCIL whose principal office is situated at The Town Hall, Bexhill-on-Sea, East Sussex, TN39 3UY (“Rother”); WEALDEN DISTRICT COUNCIL whose principal office is situated at Pine Grove, Crowborough, East Sussex, TN6 1DH (“Wealden”), Together, the "Councils"; And on the other, [BIDDER], a company registered in [ ] with registered number [ ] and whose principal place of business is at [ ] ("Bidder"). Hereinafter together referred to as the “Parties”. WHEREAS: The Bidder is proposing to tender to the Councils for a contract for the provision of waste collection, recycling and street and beach cleaning services (the "Waste Services Contract"). Having considered the provisions of the European Acquired Rights Directive 1977/8 and the Transfer of Undertakings (Protection of Employment) Regulations 2006 (the “Relevant Provisions”) and all subsequent related legislation, the Councils consider (and for the purposes of this Agreement hereby acknowledge) that the same will apply to the letting of the Waste Services Contract. The Councils are willing to provide certain information with regard to the terms and conditions of employment of the workforce presently involved in the provision of the waste services, the nature of which is set out and specified in the Invitation to Submit Outline Solutions. NOW IT IS HEREBY AGREED AS FOLLOWS: 1. Definitions and Interpretation 1.1 In this Agreement the following words shall have the following meanings:

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 25 of 36

a) “Purpose” shall mean the discussions between the Councils and the Bidder during the Competitive Dialogue Process and submission of a Best and Final Offer for the Waste Services Contract by the Bidder;

b) “Confidential Information” shall mean the information (whether verbal or in writing)

disclosed or made available, directly or indirectly, by the Councils or its officers, representatives or advisers to the Bidder or its representatives or advisers relating to those employees of the Councils involved in the provision of waste services, as more particularly specified in the Schedule to this Agreement.

1.2 Clause, schedule and paragraph headings shall not affect the interpretation of this

Agreement. 1.3 The Schedule forms part of this Agreement and shall have effect as if set out in full in

the body of this Agreement. Any reference to this Agreement includes the Schedule. 1.4 A reference to a statute or statutory provision is a reference to it as it is in force for the

time being, taking into account of any amendment, extension or re-enactment, and includes any subordinate legislation for the time being in force made under it.

1.5 The Contracts (Rights of Third Parties) Act 1999 shall not apply to this Agreement. 2. Handling of Confidential Information 2.1 In consideration of the provision by the Councils of the Confidential Information the

Bidder hereby agrees and undertakes to keep the Confidential Information confidential and to use it only for the Purpose and for no other purpose, including the submission of any other tender which it may be invited by any of the Councils to submit.

2.2 The Bidder shall, and shall procure that its employees, representatives and advisers

shall:

a) disclose the Confidential Information only to such employees of the Bidder as are necessary to prepare for the Competitive Dialogue discussions and the tender submissions and then only on the same terms and conditions as are contained herein;

b) not disclose or make available the Confidential Information in whole or in part

to any third party, except as expressly permitted by this Agreement;

c) not copy, reproduce to writing or otherwise record the Confidential Information except as strictly necessary for the Purpose; and

d) apply the same degree of care to the Confidential Information as the Bidder

applies to its own Confidential Information, which the Bidder warrants as providing adequate protection from unauthorised disclosure, copying or use.

2.3 The obligations contained in this Clause 2 shall survive the expiry or termination of

this Agreement for any reason but shall not extend to any Confidential Information that:

a) is or has become public knowledge other than by a breach of this Agreement;

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 26 of 36

b) is, at the time of receipt, lawfully in the possession of the Bidder on a non-confidential basis;

c) is lawfully obtained by the recipient from a third party who is under no obligation

restricting its disclosure;

d) is required to be disclosed by law, regulation or order of a competent authority; or

e) the parties agree in writing is not confidential or may be disclosed. 2.4 At the request of the Councils, the Bidder shall promptly:

a) destroy or return to the Councils all the Confidential Information and copies thereof (irrespective of the manner in which it is recorded);

b) erase or delete any Confidential Information which the Bidder may have entered

into any computer database or other programme; and

c) certify in writing to the Councils that it has complied with the requirements of this Clause 2.4, provided that the Bidder may retain documents and materials containing, reflecting, incorporating, or based on the Confidential Information to the extent required by law or regulatory order, and to the extent reasonable to permit the Bidder to keep evidence that it has performed its obligations under the tender for the Waste Services Contract and this Agreement.

3. Reservation of Rights and Indemnity 3.1 Except as expressly stated in this Agreement, the Councils do not make any express

or implied warranty or representation concerning the Confidential Information, or the accuracy or completeness of the Confidential Information.

3.2 The Bidder shall indemnify and at all times to keep the Councils fully indemnified from

and against any losses, liabilities, costs and expenses (including legal expenses) suffered or incurred by the Councils arising from any loss of or disclosure of the Confidential Information or otherwise from any breach of this Agreement by the Bidder.

4. Notices 4.1 All notices or other communications under this Agreement shall be made in writing,

sent by fax or first class or registered post or by courier to Rother District Council or the Bidder, as applicable, at its address specified above or at such address of which such party shall have given notice as aforesaid, and marked for the attention of the parties signatory of this Agreement.

4.2 Any notice shall be treated as having been served on delivery if:

a) delivered by fax, on the day of transmission if sent before 4.00pm on any business day and otherwise at 9.00am on the next business day, subject to confirmation of transmission;

b) delivered by first-class post or registered post, three (3) business days from the

date of posting;

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 27 of 36

c) delivered by courier, two (2) business days after despatch. 5. Entire Agreement, and Variation 5.1 This Agreement together with the schedules and all other documents attached or

referred to in, or executed contemporaneously with this Contract, constitutes the entire agreement between the parties regarding its subject matter and supersedes any prior agreement, arrangement and understanding between the parties.

5.2 No party shall have any remedy in respect of any untrue statement made by the

others upon which that party relied in entering into this Agreement and that party's only remedies shall be for breach of contract.

5.3 Nothing in this Clause 5 shall operate to limit or exclude any liability or the parties for,

or remedy against any party in respect of, any fraudulent misrepresentation. 5.4 No variation of this Agreement shall be effective unless it is in writing and signed by

each of the parties. 6. Governing Law and Jurisdiction 6.1 The interpretation, construction and effect of this Agreement shall be governed and

construed in all respects with the Laws of England and the parties hereby submit to the exclusive jurisdiction of the English Courts.

DULY EXECUTED: The common seal of EASTBOURNE BOROUGH COUNCIL was affixed in the presence of: ____________________________ Authorised Signatory The common seal of HASTINGS BOROUGH COUNCIL was affixed in the presence of: ____________________________ Authorised Signatory

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 28 of 36

The common seal of ROTHER DISTRICT COUNCIL was affixed in the presence of: ____________________________ Authorised Signatory The common seal of WEALDEN DISTRICT COUNCIL was affixed in the presence of: ____________________________ Authorised Signatory For and on behalf of [BIDDER] _____________________________ Director

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 29 of 36

SCHEDULE

The Confidential Information [Staff profile including number of employees: length of service; and age of individuals.] [Details of the agreed terms and conditions of employment and relevant employment policies and practices.] Signed on behalf of the Council:

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 30 of 36

Name:

Status:

Signature of Witness:

Name:

Status:

Signed on behalf of the Bidder:

Name:

Status:

Signature of Witness:

Name:

Status:

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 31 of 36

APPENDIX B TENDER EVALUATION MODEL 1) INTRODUCTION The evaluation methodology is a three stage process, comprising the following stages: 1. Compliance evaluation 2. Detailed quality and financial evaluation, clarification and moderation 3. Recommendation All valid tenders will be evaluated against an agreed evaluation framework and criteria, as described in this document. The Council is using the Competitive Dialogue Procedure; and although the three stage process and the general framework principles will be used for all stages (Outline, Detailed and Final) the weightings, the detailed scoring, the evaluation team and the range and number of Method Statements will change in subsequent stages. Tenderers should note that, for some Method Statements in subsequent stages, supporting evidence, in the form of reference sites, may be called for; and the Council will check such reference sites, including by site visits where deemed necessary and written references in order to allocate a score. The Outline Submissions will be evaluated by the following teams of people:

Evaluation Team Scrutiny of Evaluation

Compliance Madeleine Gorman Quality Alan Dodge

Mike Hepworth Mike Pashler Matt Sellwood

Jeff Collard Madeleine Gorman Richard Homewood Tony Leonard Stephen Potter Isabel Garden (TUPE)

Financial Tom Alty Len Attrill Neil Foley Robin Vennard

Neil Dart Steve Linnett Alan Osborne

Legal Kristina Scott-Hamilton

Following the Scrutiny process identified above, the evaluations will be reported to the Joint Waste Committee for approval, as described below.

Overview: Award Criteria The award of contract will be based on the Most Economically Advantageous (MEA) offer received. Tenders at ISOS stage will be assessed on quality and financial criteria, which will be weighted 25%: 75% respectively (as noted this weighting may change at subsequent stages of the process). A points-based scoring system will be adopted, with 10,000 points

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 32 of 36

available across all criteria: at ISOS stage this shall be 2,500 points for the quality criteria and 7,500 points for the financial criteria. There are four sub-criteria contributing to the quality evaluation (25% of the overall evaluation): Sub-Criteria Points available General Approach to Contract Management including compliance with TUPE, Pensions and other HR matters

500

Operational Delivery – Refuse & Recycling 750 Operational Delivery – Street Cleansing 750 Operational Delivery – Mobilisation, including use of depots 500 Total 2,500 The financial evaluation (75% of the overall evaluation) will be carried out against a single criterion: Criterion Points available 1. Price (annual equivalent sum) 7,500 Total 7,500 2) EVALUATION METHODOLOGY There will be three evaluation stages:

Stage 1: Compliance Evaluation Stage 1 is the Compliance Evaluation stage, which will determine whether the tender has been submitted in accordance with the Instructions to Tenderers in the Invitation to Submit Outline Solutions (ISOS), based on the checks set out in table 1 below. This is a Pass/Fail evaluation and the Council reserves the right to eliminate tenders from proceeding to the 2nd Stage evaluation if the compliance requirements are not met. The first stage Compliance Evaluation process involves assessing each submission against a number of general compliance criteria to ensure that the submission is compliant with the Council’s minimum requirements as detailed in the Instructions to Submit Outline Solutions. Table 1: Compliance Checklist Please tick as appropriate

ITEM YES NO COMMENTS

Was the tender received by the latest date and time specified?

Was the tender in a plain, sealed envelope or package, bearing only the address label issued by the Council with no name or mark by which the tenderer may be identified?

Have two hard copies of the tender and one electronic copy on USB (certified virus free) been submitted?

ITEM YES NO COMMENTS

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 33 of 36

Has the Form of Tender been submitted as a paper document, with all parts completed and signed in ink, by hand, by authorised signatories of the tenderer?

Is the tender qualified or conditional in any way? Has the bidder submitted a completed set of Method Statements and all requested enclosures?

Has the bidder submitted a completed set of Pricing Schedules and have all the items been priced?

Does the Tender meet the qualifying standard of financial standing? 1

Has the Tenderer or anyone acting on his behalf (with or without his knowledge) in relation to this Contract: offered or promised or given any financial or other advantage to any elected member of the Council, any member of staff or any consultant of the Council in connection with the contract; or requested, agreed to receive or accepted a financial or other advantage so that some action in relation to the contract is performed improperly.

Notes 1. The Council will undertake an updated check on the financial standing of the Tenderers as part of the compliance stage of this Tender evaluation, by reviewing financial statements and obtaining an external credit reference agency report to ensure that the financial standing of Tenderers is no less than at pre-qualification stage; and Tenders may be rejected if this is not the case.

Stage 2: Quality and Financial Evaluation In the second stage of the evaluation, each tender will be evaluated on the quality and financial criteria by the Evaluation Team. Each Evaluation Team member will initially assess the elements of each tender that relate to his or her area of expertise and score them against the scoring system set out below. Following this process, the whole Quality Evaluation Team will meet and will arrive at a consensus as to the score for each quality element of each tender. Where this process results in the need for certain issues to be clarified with tenderers, such clarification will be sought in writing and scores adjusted accordingly. Quality Evaluation (2,500 Evaluation Points) Each tender will be evaluated using the scoring method detailed below. A score shall be awarded for each Method Statement as a whole. Each method statement will be scored on a range from 0 to 6 points, in accordance with the table shown below. Weightings will then be applied, resulting in a score for each method statement out of the maximum numbers shown in Table 2. If an individual evaluator requires additional clarification from a tenderer, scoring will either made conditional or postponed until the Evaluation Team moderation meeting(s), following which clarification may be sought and scores revised accordingly.

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 34 of 36

Table 2: Scoring Breakdown Score Description 0 Failed to address the question/issue. 1 An unfavourable response/answer/solution – limited or poor evidence of

skill/experience sought; a high risk that relevant skills will not be available. 2 Less than acceptable – response/answer/solution/information lacks

evidence of skill/experience sought; lack of real understanding of requirement or evidence of ability to deliver; medium risk that relevant skills or requirement will not be available.

3 Acceptable response/answer/solution/information to the particular aspect of the requirement; evidence given of skill/experience sought.

4 Above acceptable - response/answer/solution/information demonstrates real understanding of the requirement and evidence of ability to meet it (based on experience of the specific provision required or relevant experience of comparable service or supply).

5 Good - response/answer/solution/information demonstrates a good understanding of the requirement and evidence of ability to meet it (based on good experience of the specific provision required and relevant experience of comparable service or supply).

6 Excellent – response/answer/solution provides real confidence based on experience of the service or supply provision required. Response indicates that the supplier will add real value to the organisation with excellent skills and a deep understanding of the service or supply requested.

Where a requested Method Statement is not submitted it shall be scored as zero (0). The quality assessment is worth 2,500 points of the total marks. In order to assist in evaluating the relative merit of different tenders with regard to quality, a weighting model will be used to compare the various criteria by means of a points system. The criteria on which the quality of each tender will be assessed, including the weighting to be applied to reflect importance (broken down to the level of each Method Statement), are as follows: Table 3: Quality Evaluation (For a detailed breakdown of the requirements of each Method Statement, refer to the Response Document) Each Method Statement (MS) answer must address all the details required in the question and the relevant specification, in comprehensive prose, punctuated, and in clear understandable plain English. A list of bullet point text will not suffice as a Method Statement answer. Section 1 – General Approach to Contract Management including compliance with TUPE, Pensions and other HR matters No. Method Statement % within

service area

Points available out of 2,500 pts

MS 1 Management Structure 20 100 MS 2 Monitoring, Management and Supervision 10 50 MS 3 IT Systems and Information Management 20 100

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 35 of 36

MS 4 The Quality Management System and Overall Contract Management 10 50

MS 5 Innovation and Added Value 20 100 MS 6 Approach to TUPE Pensions and other HR matters 20 100 Section 2 – Operational Delivery: Refuse and Recycling No. Method Statement % within

service area

Points available out of 2,500 pts

MS 7 Vehicle Resources allocated 25 187.5 MS 8 Human Resources allocated 25 187.5 MS 9 Infrastructure requirements and how addressed 20 150 MS 10 Innovation and Added Value 30 225 Section 3 – Operational Delivery: Street Cleansing No. Method Statement % within

service area

Points available out of 2,500 pts

MS 11 Vehicle Resources allocated 35 262.5 MS 12 Human Resources allocated 35 262.5 MS 13 Innovation and Added Value 30 225 Section 4 – Operational Delivery: Mobilisation, including use of Depots No. Method Statement % within

service area

Points available out of 2,500 pts

MS 14 Mobilisation – Phase 1 (Eastbourne and Wealden) 30 150 MS 15 Mobilisation – Phase 2 (Hastings and Rother) 30 150 MS 16 Plans for Depot use 40 200 Total 2,500 If a tender scores less than 40% of the available points for any of the four sub-criteria then that tender shall be set aside and not considered further. Following this assessment (which may involve clarification processes) the remaining tenders will be re-ranked, with the highest scoring tender being awarded 2,500 points and the others awarded points on a pro rata basis in accordance with the following calculation (rounded to two decimal places):- (Highest Score / Bidder’s Score) x 2,500

Financial Evaluation (7,500 Evaluation Points)

Descriptive Document (ISOS) v1.2 27/10/11 Approved: M.Gorman

R:\Draft Reports\Joint Waste Committee\jwc111109 - 7.2 - Appendix Descriptive Document.doc Page 36 of 36

Tenders which, after clarification with the Tenderer, are considered to be abnormally low and are therefore considered not to be sustainable throughout the term of the Contract may be rejected. In the case of tenders which the Council considers to be abnormally low, the Council will follow Regulation 30(6), (7), (8) and (9) of the Public Contracts Regulations 2006. The Financial Evaluation will assess the Pricing Schedules submitted, alongside any post-tender clarifications, and will result in the award of points out of the total of 7,500 allocated to the financial criteria. The Council shall use the lowest annual equivalent sum (AES); and this shall be obtained using the lowest prices submitted by each tenderer, whether for a contract with a break clause after an initial eight-year period or for a longer contract. To calculate the AES the following calculation shall be made in respect of each tender and each option within the tender:

Tenderer’s prices + Any one-off costs incurred by the Councils divided by 10 + / - Any costs / benefits arising via the ESCC disposal contract - Any benefits offered to the Councils in terms of asset sale divided by 10

Each tender option will be awarded points based on its relationship with the lowest tender option. The tender option with the lowest AES will be awarded 7,500 Points; each of the remaining tender options will be awarded points on a pro rata basis in accordance with the following calculation (rounded to two decimal places):-

(Lowest AES / Bidder’s AES) x 7,500 Stage 3: Recommendation The evaluation process described will be reported to the Joint Waste Committee through an evaluation report that will provide the basis of a recommendation to invite the five highest-scoring bidders to the next stage (Detailed Solutions). ** end **


Recommended