Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Waste Removal & Disposal Services |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The Organising Committee for the Birmingham 2022 Commonwealth Games (OC) are seeking a Waste Contractor who will be responsible for the planning and operational delivery of defined Waste removal and disposal services for all client groups at the Greenfield Sites (Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park), Alexander Stadium, Sandwell Aquatics Centre, selected training venues and the Fleet and Bus Depots. |
Published: | 12/07/2021 17:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 07951735849, Email: mark.mccue@birmingham2022.com
Contact: Mark McCue
Main Address: https://www.birmingham2022.com/
NUTS Code: UKG
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Refuse-and-waste-related-services./ARU59N758D
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Waste Removal & Disposal Services
Reference Number: GSV.CCW.003
II.1.2) Main CPV Code:
90500000 - Refuse and waste related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Organising Committee for the Birmingham 2022 Commonwealth Games (OC) are seeking a Waste Contractor who will be responsible for the planning and operational delivery of defined Waste removal and disposal services for all client groups at the Greenfield Sites (Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park), Alexander Stadium, Sandwell Aquatics Centre, selected training venues and the Fleet and Bus Depots.
II.1.5) Estimated total value:
Value excluding VAT: 330,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
34928480 - Waste and rubbish containers and bins.
44613800 - Containers for waste material.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: The Organising Committee for the Birmingham 2022 Commonwealth Games (OC) are seeking a Waste Contractor who will be responsible for the planning and operational delivery of defined Waste removal and disposal services for all client groups at the Greenfield Sites (Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park), Alexander Stadium, Sandwell Aquatics Centre, selected training venues and the Fleet and Bus Depots.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 330,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 10
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ARU59N758D.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: 2021/S 000 - 005045
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/08/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/08/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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. All communications shall be in English. Any contract or agreement resulting from any invitation to tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts.
The OC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary. The Freedom of Information Act 2000 imposes a statutory obligation on public bodies to make information they are holding available on request. Tenderers should be aware of the OC's obligations under the Act, whereby information provided by tenderers in response to this advertisement may be requested by a third party. The OC expressly reserves the right:
(i) to make whatever changes it may see fit to the content and structure of the procurement process;
(ii) to require further information or clarification from a tenderer before considering its response;
(iii) to exclude a tenderer from the procurement process if it is subsequently determined that any information supplied was inaccurate, incomplete or untrue and was relied upon for selection purposes;
(iv) to cancel this procurement at any stage; and
(v) not to award any contract as a result of the procurement process commenced by publication of this notice.
Under no circumstances will the OC or any of its advisers, be liable for any costs or expenses borne by any tenderer or any of its advisers in responding to this contract notice or at any stage in the process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Cleaning-services./ARU59N758D
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Refuse-and-waste-related-services./ARU59N758D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ARU59N758D
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/07/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 07951735849, Email: mark.mccue@birmingham2022.com
Contact: Mark McCue
Main Address: https://www.birmingham2022.com/
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Waste Removal & Disposal Services
Reference number: GSV.CCW.003
II.1.2) Main CPV code:
90500000 - Refuse and waste related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Organising Committee for the Birmingham 2022 Commonwealth Games (OC) sought a Waste Contractor who will be responsible for the planning and operational delivery of defined Waste removal and disposal services for all client groups at the Greenfield Sites (Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park), Alexander Stadium, Sandwell Aquatics Centre & selected training venues.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 375,179
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90500000 - Refuse and waste related services.
34928480 - Waste and rubbish containers and bins.
44613800 - Containers for waste material.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: The Organising Committee for the Birmingham 2022 Commonwealth Games (OC) sought a Waste Contractor who will be responsible for the planning and operational delivery of defined Waste removal and disposal services for all client groups at the Greenfield Sites (Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park), Alexander Stadium, Sandwell Aquatics Centre & selected training venues.
II.2.5) Award criteria:
Quality criterion - Name: Quality (including 10% social value) / Weighting: 55
Price - Weighting: 45
II.2.11) Information about options
Options: No
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 procedure with negotiation
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: 2021/S 000-016264
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: 1
Lot Number: Not Provided
Title: Agreement for the Supply of Waste Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/03/2022
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Biffa Waste Services Limited, 00946107
Coronation Road, Cressex, High Wycombe, HP12 3TZ, United Kingdom
NUTS Code: UKJ1
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: 375,179
Total value of the contract/lot: 375,179
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=686359467
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/04/2022