Opportunity

Provision of Waste Collection Services on Behalf of Stratford and Warwick District Councils

  • Warwick District Council
  • Stratford-on-Avon District Council

F02: Contract notice

Notice reference: 2021/S 000-000884

Published 15 January 2021, 2:38pm



Section one: Contracting authority

one.1) Name and addresses

Warwick District Council

Riverside House

LEAMINGTON SPA

CV325HZ

Contact

Rebecca Reading

Email

rebecca.reading@warwickdc.gov.uk

Telephone

+44 1926456232

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Internet address(es)

Main address

http://www.warwickdc.gov.uk

Buyer's address

http://www.csw-jets.co.uk

one.1) Name and addresses

Stratford-on-Avon District Council

Elizabeth House, Church Street

Stratford-upon-Avon

CV37 6HX

Email

Charlotte.Hume@stratford-dc.gov.uk

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Internet address(es)

Main address

http://www.stratford.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.csw-jets.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Waste Collection Services on Behalf of Stratford and Warwick District Councils

Reference number

WDC - 10028

two.1.2) Main CPV code

  • 90511200 - Household-refuse collection services

two.1.3) Type of contract

Services

two.1.4) Short description

Services from 1 August 2022. The initial contract term will be eight (8) years with the option to extend the contract by further periods not exceeding 96 months. The estimated total value of the contract is approximately £7.5 million per annum.

The Authorities' current Waste Collection Contracts have been running since 1st August 2008 for Stratford-on-Avon District Council (SDC) and since 1st April 2013 for Warwick District Council (WDC). To replace these contracts the Authorities are looking to collaboratively procure a new joint Waste Collection Contract across the two Districts based on the '123+' waste collection model:

1 - Weekly separate food waste collections

2 - Fortnightly co-mingled dry recycling collections

3 - Three weekly residual waste collections

Plus - Fortnightly garden waste collections

This procurement will follow the competitive procedure with negotiation in accordance with the Public Contracts Regulations 2015.

To provide clarification for tenderers for this contract, a 'Tenderer Clarification meeting' will be held on Wednesday 27th January at 10am. For further information on this event, please register and express interest in this project to view the event details.

two.1.5) Estimated total value

Value excluding VAT: £120,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles
  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Warwick and Stratford-upon-Avon districts

two.2.4) Description of the procurement

Stratford-on-Avon District Council and Warwick District Council (The Authorities) are looking to jointly procure a single supplier to provide Waste Collection Services across both districts from 1st August 2022. The initial contract term will be eight (8) years with the option to extend the contract by further periods not exceeding 96 months. The estimated total value of the contract is approximately £7.5 million per annum or £120,000,000 over the maximum 16 year period.

The Authorities are intending to tender using the Competitive Procedure with negotiation, resulting in an award of a single contract. This will involve a two stage procurement, with the initial stage being the completion of an SSQ. Following evaluatio of the SSQ, all suppliers that achieve a score of 65% or highler will be invited to tender.

Following evaluation of initial tenders, the Authorities reserve the right to award the contract upong initial bids, or progress the top 3 scoring bidders forward to the negotation stage. Only one round of negotiation is planned for this procurement.Contract award is anticipate for October 2021.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2022

End date

31 July 2030

This contract is subject to renewal

Yes

Description of renewals

This contract can be extended in period up to 8 years following satisfactory performance in the initial term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An option for the Authorities has been included to enable the purchase and lease back of service vehicles. Whether this option is taken is dependent on whether it is a more cost effective approach than the standard vehicle lease approach asked for within the price schedule.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.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

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-000084

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

Date

26 February 2021

Local time

12:00pm

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

15 March 2021

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom

six.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

Country

United Kingdom