Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Warwick District Council
Riverside House, Milverton Hill
Leamington Spa
CV32 5HZ
UK
Contact person: Procurement
Telephone: +44 1926456232
E-mail: procurement@warwickdc.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickdc.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/csw-jets/aspx/Home
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 Collection, Street Cleansing and Grounds Maintenance Services
II.1.2) Main CPV code
90000000
II.1.3) Type of contract
Services
II.1.4) Short description
A procurement exercise to source provisions for the Council's Waste Collection, street cleansing and grounds maintenance services. following a competitive procedure with negotiation process, the Council will seek to award three lots for 1. Waste Collection, 2. Street Cleansing and 3. Ground Maintenance provisions. The resulting contracts will be for an initial 8 year term following which, the Contract will include options for extending the provisions for up to further 96 months with a maximum contract duration of 16 years.
The objective is to source a single supplier for each lot but the Council is also interested to identify through this procurement, whether a combination or all of the lots can be awarded to one supplier.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
70 000 000.00
EUR
II.2) Description
Lot No: 1
II.2.1) Title
Waste Collection Services
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Undertake specified duties primarily within Warwick District area but duties may fall within neighbouring Council's boundaries.
II.2.4) Description of the procurement
Provision to fulfil the Council's Waste Collection services. The successful supplier will equip itself to undertake the specified services and maintain them for the contract term. The contract also requires the successful supplier to consider how it may equip itself to fulfil the provision and how it changes over the full 16 year contract term.
The procurement followed the competitive procedure with negotiation to source the most suitable solution for the Council.
Shortlisted bidders were invited to submit initial tenders. The Council reserved the right to award the contract on the basis of the initial tenders without conducting negotiations.
The Council reserved the right to run successive stages of negotiation and further shortlist participating bidder at each stage. The Council informed participating bidders when it wished to receive final offers.
The ‘Estimated Lot value’ provided in this notice is a potential total value for the entire 16 year term.
II.2.5) Award criteria
Quality criterion: Personnel and structure delivering the contract
/ Weighting: 7.5
Quality criterion: Resources to deliver the contract
/ Weighting: 7.5
Quality criterion: Programme to fulfil the contract
/ Weighting: 7.5
Quality criterion: Viability and benefits of proposed ICT System
/ Weighting: 5
Quality criterion: Risk management
/ Weighting: 5
Quality criterion: Health and safety
/ Weighting: 2.5
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Climate change management
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 50
II.2.11) Information about options
Options:
Yes
Description of options:
Following the initial 8-year term, the council will be able to extend the provision as it wishes to a maximum of 96 months (a further 8 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Street Cleansing Services
II.2.2) Additional CPV code(s)
90610000
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Undertake specified duties primarily within Warwick District area but duties may fall within neighbouring Council's boundaries.
II.2.4) Description of the procurement
Provision to fulfil the Council's Street Cleansing services. The successful supplier will equip itself to undertake the specified services and maintain them for the contract term. The contract also requires the successful supplier to consider how it may equip itself to fulfil the provision and how it changes over the full 16-year contract term.
The procurement followed the competitive procedure with negotiation to source the most suitable solution for the Council.
Shortlisted bidders were invited to submit initial tenders. The Council reserved the right to award the contract on the basis of the initial tenders without conducting negotiations.
The Council reserved the right to run successive stages of negotiation and further shortlist participating bidder at each stage. The Council informed participating bidders when it wished to receive final offers.
The ‘Estimated Lot value’ provided in this notice is a potential total value for the entire 16-year term.
II.2.5) Award criteria
Quality criterion: Personnel and structure delivering the contract
/ Weighting: 7.5
Quality criterion: Resources to deliver the contract
/ Weighting: 7.5
Quality criterion: Programme to fulfil the contract
/ Weighting: 7.5
Quality criterion: Viability and benefits of proposed ICT System
/ Weighting: 5
Quality criterion: Risk management
/ Weighting: 5
Quality criterion: Health and safety
/ Weighting: 2.5
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Climate change management
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 50
II.2.11) Information about options
Options:
Yes
Description of options:
Following the initial 8-year term, the council will be able to extend the provision as it wishes to a maximum of 96 months (a further 8 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Grounds Maintenance Services
II.2.2) Additional CPV code(s)
77314000
45112720
II.2.3) Place of performance
NUTS code:
UKG13
Main site or place of performance:
Undertake specified duties primarily within Warwick District area but duties may fall within neighbouring Council's boundaries.
II.2.4) Description of the procurement
Provision to fulfil the Council's Grounds Maintenance services. The successful supplier will equip itself to undertake the specified services and maintain them for the contract term. The contract also requires the successful supplier to consider how it may equip itself to fulfil the provision and how it changes over the full 16-year contract term.
The procurement followed the competitive procedure with negotiation to source the most suitable solution for the Council.
Shortlisted bidders were invited to submit initial tenders. The Council reserved the right to award the contract on the basis of the initial tenders without conducting negotiations.
The Council reserved the right to run successive stages of negotiation and further shortlist participating bidder at each stage. The Council informed participating bidders when it wished to receive final offers.
The ‘Estimated Lot value’ provided in this notice is a potential total value for the entire 16-year term.
II.2.5) Award criteria
Quality criterion: Personnel and structure delivering the contract
/ Weighting: 7.5
Quality criterion: Resources to deliver the contract
/ Weighting: 7.5
Quality criterion: Programme to fulfil the contract
/ Weighting: 7.5
Quality criterion: Viability and benefits of proposed ICT System
/ Weighting: 5
Quality criterion: Risk management
/ Weighting: 5
Quality criterion: Health and safety
/ Weighting: 2.5
Quality criterion: Social value
/ Weighting: 5
Quality criterion: Climate change management
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 50
II.2.11) Information about options
Options:
Yes
Description of options:
Following the initial 8-year term, the council will be able to extend the provision as it wishes to a maximum of 96 months (a further 8 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 228-559690
Section V: Award of contract
Lot No: 1
Title: Waste Collection Services
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Street Cleansing Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/10/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
idverde Ltd
3 Rye Hill Office Par, Birmingham Road
Coventry
CV5 9AB
UK
NUTS: UKG33
Internet address(es)
URL: www.idverde.co.uk
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:
Total value of the contract/lot:
Lowest offer:
2 139 905.00
GBP
/ Highest offer:
2 745 864.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 3
Title: Grounds Maintenance Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/10/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
idverde Ltd
3 Rye Hill Office Par, Birmingham Road
Coventry
CV5 9AB
UK
NUTS: UKG33
Internet address(es)
URL: www.idverde.co.uk
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:
Total value of the contract/lot:
Lowest offer:
1 511 427.00
GBP
/ Highest offer:
2 108 522.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is seen as a long term working arrangement to benefit all involved and the successful suppliers will be expected to work with the Council to ensure all requirements can be fulfilled in a combined and organised manner.
During the course of the contract period the range and scope of these services may be subject to modification and variation as necessary to meet the changing needs and requirements of the Council, changes in legislation and the changing demands placed on the Council by its customers. These changes may include (but are not limited to):
• increases or decreases in the housing stock and changes in the housing profile across the District during the contract term;
• the identification of additional service recipients, not originally captured by the scope of the contract;
• changes in the Council’s priorities towards general Waste Collection and Recycling Services (for example increases or decreases in collection frequency, mandated food waste collections);
• opportunities offered by emerging/new technologies;
• environmental opportunities such as the use of electronic vehicles in the delivery of the Services; etc.
• necessary additional services or products required to maintain the provision but not identified nor not required at the time of tendering.
Full details of the current service requirements are within the Procurement Documentation.
The estimated contract value and the respective lot values are inflated to cover potential but currently unrealised spend.
This procurement exercise was run electronically using the Council’s e-tendering system (CSWJETS). Participants had to register and express an interest at https://intendhost.co.uk/ csw-jets/aspx/Home Once registered, correspondence for this procurement process was via the correspondence function. All documentation and further information regarding the procurement was held on this system.
Type of procedure: Competitive procedure with negotiation. The Council reserved the right to award the contract on the basis of the initial tender without conducting negotiations. Should the contracting authority decide to run a negotiation stage it reserved the right to shortlist participating bidders from the initial tender stage.
VI.4) Procedures for review
VI.4.1) Review body
High Court for England and Wales
London
UK
VI.4.4) Service from which information about the review procedure may be obtained
Chief Executive Office, Warwick District Council
Riverside House, Milverton Hill
Leamington Spa
CV32 5HZ
UK
VI.5) Date of dispatch of this notice
12/11/2020