South Norfolk Council: Strategic Environment Contract

  South Norfolk Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Strategic Environment Contract
Notice type: Contract Notice
Authority: South Norfolk Council
Nature of contract: Services
Procedure: Negotiated
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.
Published: 25/11/2020 16:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Norwich: Sewage-, refuse-, cleaning-, and environmental services.
Section I: Contracting Authority
      I.1) Name and addresses
             Broadland District Council, United Kingdom
             Thorpe Lodge, 1 Yarmouth Road, Thorpe St. Andrew, Norwich, NR7 0DU, United Kingdom
             Tel. +44 1508533619, Email: procurement@s-norfolk.gov.uk
             Main Address: https://www.broadland.gov.uk/
             NUTS Code: UKH15
      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-Norwich:-Sewage-%2C-refuse-%2C-cleaning-%2C-and-environmental-services./V994PBNF3D
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/V994PBNF3D 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
            Regional or local agency/office
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Strategic Environment Contract       
      Reference Number: BDC/SB/PROC103
      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: 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:
      Value excluding VAT: 130,000,000       
      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.
      90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
      90511200 - Household-refuse collection services.
      90511300 - Litter collection services.
      90514000 - Refuse recycling services.
      90610000 - Street-cleaning and sweeping services.
      90611000 - Street-cleaning services.
      90612000 - Street-sweeping services.
      90918000 - Bin-cleaning services.
      
      II.2.3) Place of performance:
      UKH15 Norwich and East Norfolk
      
      II.2.4) Description of 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:
            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: 130,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 240       
      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: 1
            / Maximum number: 3       
      Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Authority has identified a number of provisional services and these are described in the Procurement Documents.
      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/V994PBNF3D       


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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 04/01/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/02/2021       
      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:
         Until: 01/04/2022
      
      

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 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:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Sewage-%2C-refuse-%2C-cleaning-%2C-and-environmental-services./V994PBNF3D

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V994PBNF3D
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Court of Justice
       Strand, Holborn, London, WC2A 2LL, United Kingdom
   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: 25/11/2020

Annex A


View any Notice Addenda

View Award Notice