Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Waste Collection, Street Cleansing and Grounds Maintenance Services

  • First published: 17 November 2020
  • Last modified: 17 November 2020
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Warwick District Council
Authority ID:
AA22385
Publication date:
17 November 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
77314000 Grounds maintenance services Planting and maintenance services of green areas
45112720 Landscaping work for sports grounds and recreational areas Excavating and earthmoving work
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
90610000 Street-cleaning and sweeping services Cleaning and sanitation services in urban or rural areas, and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@warwickdc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.