Prior information notice
This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Hart District Council
Civic Offices, Harlington Way
Fleet
GU51 4AE
UK
Contact person: Danielle Jones
Telephone: +44 1256845781
E-mail: danielle.jones@basingstoke.gov.uk
Fax: +44 1256845200
NUTS: UKJ3
Internet address(es)
Main address: www.hart.gov.uk
I.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://sebp.due-north.com/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste and Recycling Collection Services.
II.1.2) Main CPV code
90511000
II.1.3) Type of contract
Services
II.1.4) Short description
Basingstoke and Deane Borough Council and Hart District Council (the councils) are seeking to appoint a suitably experienced and qualified operator to provide their waste and recycling collection services under a joint contract. The councils will manage the contract under an Inter-Authority Agreement via a single joint client team.
The councils currently operate different collection regimes for residual household waste. Therefore, for tender purposes, bidders will be required to submit bids for an ‘as is service’ (Lot 1) and also, subject to Cabinet approval of Basingstoke and Deane Borough Council in March 2017, an aligned service whereby both councils operate an alternate weekly collection regime (Lot 2). Following the evaluation of initial bids, 1 lot only will be taken forward to the negotiation and contract award stages of the process.
II.1.5) Estimated total value
Value excluding VAT:
5 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Waste and Recycling Collection Services — Weekly and Alternate Weekly
II.2.2) Additional CPV code(s)
90500000
90511200
90514000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
The towns of Basingstoke and Fleet and their surrounding rural areas.
II.2.4) Description of the procurement
Lot 1 will comprise the provision of waste and recycling collection services to the councils on the basis that residual household waste will be collected weekly for Basingstoke and Deane Borough Council and alternate weekly for Hart District Council. Following an initial evaluation of bids, and subject to further internal Cabinet approval of Basingstoke and Deane Borough Council as to whether the council wishes to adopt an alternate weekly collection regime for its residual household waste, the councils will decide whether this lot is taken forward to the negotiation and contract award stages of the process. If rejected at this stage in preference to Lot 2, this lot will not be considered any further in the process.
II.2.5) Award criteria
Criteria below:
Quality criterion: Contract Management
/ Weighting: 20
Quality criterion: Customer Focus
/ Weighting: 12
Quality criterion: Health and Safety
/ Weighting: 14
Quality criterion: Innovation
/ Weighting: 4
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
41 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contract will be awarded on the basis of an initial 8 year term, with the option to extend for a further 8 years, subject to contract performance.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
1. Prudential borrowing facility for vehicle purchases by bidder.
2. Textile Collections.
3. Bulky Household Waste Collections.
4. Healthcare Waste (Clinical) Collections.
5. Replacing Kerbside Glass Collection with (i) Bring Banks; or (ii) Countywide service managed by Project Integra.
6. Kerbside Glass Collection for the councils — moving from 2 to 4 weekly intervals.
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
An overview of the current contract services and key characteristics of the new contract is available via the ProContract system at http://sebp.due-north.com/. The full procurements documents will be available at the same address when bidders are invited to confirm their interest in late March 2017. The councils will also be holding a bidders day on 7.4.2017.
Lot No: 2
II.2.1) Title
Waste and Recycling Collection Services — Alternate Weekly only
II.2.2) Additional CPV code(s)
90500000
90511000
90514000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
The towns of Basingstoke and Fleet and their surrounding rural areas.
II.2.4) Description of the procurement
Subject to Cabinet approval of Basingstoke and Deane Borough Council in March 2017, Lot 2 will be included in the procurement and comprise the provision of waste and recycling collection services to the councils on the basis that residual household waste will be collected alternate weekly for both councils. If included, then following an initial evaluation of bids, and subject to further Cabinet approval of Basingstoke and Deane Borough Council as to whether the council wishes to adopt an alternate weekly collection regime of its residual household waste, the councils will decide whether this lot is taken forward to the negotiation and contract award stages of the process. If rejected at this stage in preference to Lot 1, this lot will not be considered any further in the process.
II.2.5) Award criteria
Criteria below:
Quality criterion: Contract Management
/ Weighting: 20
Quality criterion: Customer Focus
/ Weighting: 12
Quality criterion: Health and Safety
/ Weighting: 14
Quality criterion: Innovation
/ Weighting: 4
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
36 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contract will be awarded on the basis of an initial 8 year term, with the option to extend for a further 8 years, subject to contract performance.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
1. Prudential borrowing facility for vehicle purchases by bidder.
2. Textile Collections.
3. Bulky Household Waste Collections.
4. Healthcare Waste (Clinical) Collections.
5. Replacing Kerbside Glass Collection with (I) Bring Banks; or (ii) Countywide service managed by Project Integra.
6. Kerbside Glass Collection for HDC only — moving from 2 to 4 weekly intervals.
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
An overview of the current contract services and key characteristics of the new contract is available via the ProContract system at http://sebp.due-north.com/. The full procurements documents will be available at the same address when bidders are invited to confirm their interest in late March 2017. The councils will also be holding a bidders day on 7.4.2017.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As stated in the Selection Questionnaire.
Minimum level(s) of standards required:
As stated in the Selection Questionnaire.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As stated in the Selection Questionnaire.
Minimum level(s) of standards required:
As stated in the Selection Questionnaire.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The successful bidder will, where applicable, be required to provide a parent company guarantee. In addition, the councils will reserve the right to call for a performance guarantee bond at any time during the term of the contract in the event of a significant reduction in the financial standing of any parent company.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
20/02/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.5) Scheduled date for start of award procedures
24/04/2017
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
For more information about this opportunity, please access the ProContract system at http://sebp.due-north.com/. Bidders must lodge their expression of interest by the time and date specified in IV.2.2 above and submit a completed Selection Questionnaire. The councils will evaluate the suitability of bidders in accordance with the criteria and methodology set out in the Selection Questionnaire. The councils reserve the right not to award any contract, to cancel or amend the procurement process and do not bind themselves to accept any tender. The councils are subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004 (EIR) and may be obliged to disclose any information received from bidders in order to respond to a request pursuant to FOIA and/or the EIR. The councils also reserve the right to publish details of the contract as required pursuant to the Local Government Transparency Code and the Public Contracts Regulations 2015.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 2079477882
Internet address(es)
URL: www.justice.gov.uk
VI.5) Date of dispatch of this notice
20/01/2017