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 Notice

Strategic Environment Contract

  • First published: 30 November 2020
  • Last modified: 30 November 2020

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:
Broadland District Council
Authority ID:
AA22465
Publication date:
30 November 2020
Deadline date:
04 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

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

UK

Telephone: +44 1508533619

E-mail: procurement@s-norfolk.gov.uk

NUTS: UKH15

Internet address(es)

Main address: https://www.broadland.gov.uk/

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 to:

https://www.delta-esourcing.com/tenders/UK-title/V994PBNF3D


Tenders or requests to participate must be sent to the abovementioned address


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

 

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: 130 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90500000

90600000

90511200

90511300

90514000

90610000

90611000

90612000

90918000

II.2.3) Place of performance

NUTS code:

UKH15


Main site or place of performance:

Norwich and East Norfolk.

II.2.4) Description of the 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: 130 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

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.2.13) 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

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/01/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/02/2021

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/04/2022

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

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

Go reference: GO-20201125-PRO-17420532

VI.4) Procedures for review

VI.4.1) Review body

Royal Court of Justice

Strand, Holborn

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

25/11/2020

Coding

Commodity categories

ID Title Parent category
90918000 Bin-cleaning services Cleaning services
90600000 Cleaning and sanitation services in urban or rural areas, and related services Sewage, refuse, cleaning and environmental services
90511200 Household-refuse collection services Refuse collection services
90511300 Litter collection services Refuse collection services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90514000 Refuse recycling services Refuse disposal and treatment
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
90611000 Street-cleaning services Street-cleaning and sweeping services
90612000 Street-sweeping services Street-cleaning and sweeping 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@s-norfolk.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.