Strategic Environment Contract – Broadland District Council
Broadland District Council (the Authority) invites expressions of Interest from suitably qualified and experienced organisations in relation to the Strategic Environment Contract (the Contract) for the provision of the recycling, waste collection and street cleansing services.
United Kingdom-Norwich: Sewage, refuse, cleaning and environmental services
2020/S 233-576589
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: United Kingdom
Postal address: Thorpe Lodge, 1 Yarmouth Road, Thorpe St Andrew
Town: Norwich
NUTS code: UKH15 Norwich and East Norfolk
Postal code: NR7 0DU
Country: United Kingdom
E-mail: procurement@s-norfolk.gov.uk
Telephone: +44 1508533619
Internet address(es):
Main address: https://www.broadland.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Strategic Environment Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Broadland District Council (the Authority) invites expressions of Interest from suitably qualified and experienced organisations in relation to the Strategic Environment Contract (the Contract) for the provision of the recycling, waste collection and street cleansing services. The Authority wishes to test a second service delivery options for an expanded food waste service. Some services will be included as a provisional item, to be confirmed at a later date.
The authority is conducting this procurement through the competitive procedure with negotiation of the Public Contracts Regulations 2015.
The contract will be for an initial term of 10 years, with the potential to extend for up to a further 10 years (see II.2.4) for details), subject to not exceeding the maximum total contract term of 20 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Norwich and East Norfolk.
II.2.4)Description of the procurement:
The Authority will implement the competitive procedure with negotiation in successive stages.
Selection questionnaire stage (SQ Stage).
To express interest economic operators must complete and submit a request to participate in the procurement by completing and returning responses to the selection questionnaire in accordance with the instructions set out in the procurement documentation. The Authority’s needs and requirements for the contract and descriptive document are included in the procurement documents published with this notice.
Economic operators will need to register an interest on the portal in order to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal.
Following the submission of the completed selection questionnaire, the Authority will apply the selection criteria, as set out in the procurement documentation. The Authority intends to select up to three (3) economic operators to progress from the SQ stage to the ISIT stage.
Invitation to Submit Initial Tenders (ISIT Stage).
The Authority will commence the ISIT stage with the bidders who have been selected from the previous stage. Bidders will be required to complete their initial tender submissions. Following the submission of the initial tenders, the Authority will apply the award criteria, as set out in the procurement documentation. Economic operators are referred to the procurement documents for further information.
The Authority reserves the right to award the contract on the basis of the initial tenders submitted without negotiation as well as use successive stages of negotiation to reduce the number of tenders.
Negotiation
In the event that the Authority does not award the contract at the ISIT Stage, the Authority intends to invite up to three (3) bidders to progress to the negotiation stage. The contract award criteria and the minimum requirements to be met by all tenderers shall not be part of the negotiation.
Invitation to submit final tenders (ISFT Stage)
Having declared the conclusion of the negotiation and having communicated any changes to the technical specification or other procurement documents, the Authority will start the ISFT stage.
Following the submission of the final tenders, the Authority will apply the award criteria, as set out in the procurement documentation. Economic operators are referred to the procurement documents for further information. The contract shall be awarded based on the most economically advantageous tender received.
The following elements define the minimum requirements that all tenderers must meet:
— bidders must submit one compliant submission. Accordingly, bidders are not permitted to submit any variant bids. Any variant bids will not be accepted or evaluated;
— the submission must be compliant with the instructions set out by the Authority in the procurement documents and contain all the documents and forms duly completed in all material respects;
— the submission must be capable of being evaluated as an entire solution for the services. This means that the submission must be comprehensive and certain. It must not simply contain a ‘pick-and-mix’ of alternatives so that the Authority must construct its own submission from a menu;
— the submission is able to meet the Authority’s requirements as set out in the service specification;
— the provisional services must be capable of omission without affecting the rest of the Bidder’s solution;
— the submission offers terms and a risk profile that are reasonable for the Authority to accept;
— the bidder must be able to provide all of the Services (which may include sub-contracting arrangements); and
— the bidder must be able to deliver the services from the services commencement date.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The Authority has identified a number of provisional services and these are described in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/V994PBNF3D
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Authority has a depot available for use in the provision of the services (as detailed in the procurement documents. Further information on the delivery points and the depot is provided in the procurement documents. The contracting authority will provide the majority of vehicles for the provision of the services (see procurement documents).
TUPE is likely to apply to this procurement.
Tenderers may be asked to tender against a number of options for service delivery in order to explore the solution that best meets the Council’s needs.
The contracting authority reserves the right to abandon this procurement process at any stage and/or not to award any contract. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V994PBNF3D
Go reference: GO-20201125-PRO-17420532
VI.4.1)Review body
Postal address: Strand, Holborn
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: