Wycombe District Council: Joint Waste, Recycling and Cleansing Contract

  Wycombe District Council has published this notice through Delta eSourcing

Notice Summary
Title: Joint Waste, Recycling and Cleansing Contract
Notice type: Contract Award Notice
Authority: Wycombe District Council
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Contracting Authority invites Expressions of Interest from suitably qualified and experienced organisations in relation to the Joint Waste, Recycling and Cleansing Contract. The Contracting Authority, Wycombe District Council, intends to jointly procure the Contract with Chiltern and South Bucks District Councils, collectively the "Authorities". The Authorities currently envisage utilising a single multi-party structure for the Contract. The Contracting Authority is conducting this procurement through the competitive dialogue procedure of the Public Contracts Regulations 2015. The Contract will be for an initial term of 10 years, with the potential to extend for period(s) up to a further 10 years (see II.2.4 for details). The duration of the extension(s) may be for any period up to 10 years, subject to not exceeding the maximum total contract term of 20 years. The sum stated in II.1.7 below covers the full 20 year term and does not take account of indexation.
Published: 17/04/2020 11:31

View Full Notice

UK-High Wycombe: Sewage-, refuse-, cleaning-, and environmental services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wycombe District Council
       Queen Victoria Road, High Wycombe, HP11 1BB, United Kingdom
       Tel. +44 1494421481, Email: simon.blackett@buckinghamshire.gov.uk
       Main Address: https://www.wycombe.gov.uk/
       NUTS Code: UKJ1

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: n/a
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Joint Waste, Recycling and Cleansing Contract            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90000000 - Sewage-, refuse-, cleaning-, and environmental services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Contracting Authority invites Expressions of Interest from suitably qualified and experienced organisations in relation to the Joint Waste, Recycling and Cleansing Contract. The Contracting Authority, Wycombe District Council, intends to jointly procure the Contract with Chiltern and South Bucks District Councils, collectively the "Authorities". The Authorities currently envisage utilising a single multi-party structure for the Contract.
The Contracting Authority is conducting this procurement through the competitive dialogue procedure of the Public Contracts Regulations 2015. The Contract will be for an initial term of 10 years, with the potential to extend for period(s) up to a further 10 years (see II.2.4 for details). The duration of the extension(s) may be for any period up to 10 years, subject to not exceeding the maximum total contract term of 20 years.
The sum stated in II.1.7 below covers the full 20 year term and does not take account of indexation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 235,520,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79994000 - Contract administration services.
            90500000 - Refuse and waste related services.
            90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
            90700000 - Environmental services.
            90900000 - Cleaning and sanitation services.
            90511000 - Refuse collection services.
            90512000 - Refuse transport services.
            90514000 - Refuse recycling services.
            90610000 - Street-cleaning and sweeping services.
            90670000 - Disinfecting and exterminating services in urban or rural areas.
            90690000 - Graffiti removal services.
            90914000 - Car park cleaning services.
            90620000 - Snow-clearing services.
            90630000 - Ice-clearing services.
            90918000 - Bin-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
   
      Main site or place of performance:
      Berkshire, Buckinghamshire and Oxfordshire
             

      II.2.4) Description of the procurement: Organisations interested in being invited to tender for the Contract are required to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Access to the Selection Questionnaire and further information about the Contract can be obtained from the Delta eSourcing portal.

The Contract shall be awarded based on the most economically advantageous Tender received, full details included in the procurement documents.

Procurement Documents
The Authorities' requirements will be defined in the service specification. A Descriptive Document and SQ Instructions to Suppliers can be obtained with the Selection Questionnaire. This will be accompanied by draft versions of the conditions, specification, payment and performance mechanism, method statements, pricing schedule, background data and evaluation criteria which will be developed in more detail and released with the Invitation to Participate in Dialogue to those who are invited to Participate. When published, all of the documents will be made available via Delta eSourcing portal.

The Competitive Dialogue
It is intended that this procurement will be a lean competitive dialogue. There will be no outline solutions stage and dialogue will focus on key issues where the Contracting Authorities are not able to define objectively the technical means or financial or legal make up of aspects of its needs. The dialogue may be carried out in stages.

There may be provisional services that could be part of the dialogue.

Staggered commencement dates
Delivery of the Services will commence in the Chiltern/Wycombe District Council areas in September 2020 with a mobilisation period to commence in April 2020. Delivery of the Services in the South Bucks District Council area will commence in November 2021.
From 1 April 2020, a new Buckinghamshire Council replaced the existing county and district councils, all of which ceased to exist.
In accordance with legislation, namely Regulation 7 of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 & The Buckinghamshire (Structural Changes) Order 2019, all current contracts entered into by the district councils will transfer to the new council on 1 April 2020.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:See option to extend referred to in II.1.4

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive Dialogue


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 222-508044
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Veolia ES (uk) Ltd, 02481991
             7th Floor, 210 Pentonville Road, London, N1 9JY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 235,520,000
         Currency: GBP

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

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=487260764

   VI.4) Procedures for review

      VI.4.1) Review body
          Wycombe District Council
          Queen Victoria Road, High Wycombe, HP11 1BB, United Kingdom
          Internet address: https://www.wycombe.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) 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.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 17/04/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Chiltern District Council
       King George V Road, Amersham, HP6 5AW, United Kingdom
       Email: luke.emery@eunomia.co.uk
       Main Address: http://www.chiltern.gov.uk/
       NUTS Code: UKJ1
   
   2: Contracting Authority
       South Bucks District Council
       Capswood, Oxford Road, Denham, UB9 4LH, United Kingdom
       Email: luke.emery@eunomia.co.uk
       Main Address: http://www.southbucks.gov.uk/
       NUTS Code: UKJ1



View any Notice Addenda

View Award Notice