Opportunity

NHDC 202302-01: The Provision of Waste and Recycling Collection and Street Cleansing Contract

  • North Hertfordshire District Council

F02: Contract notice

Notice reference: 2023/S 000-007034

Published 10 March 2023, 11:45am



Section one: Contracting authority

one.1) Name and addresses

North Hertfordshire District Council

Council Offices, Gernon Road

Letchworth Garden City

SG6 3JF

Contact

Rizwan Sarwar

Email

rizwan.sarwar@north-herts.gov.uk

Telephone

+44 01462474000

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.north-herts.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

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

https://in-tendhost.co.uk/supplyhertfordshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/supplyhertfordshire

Tenders or requests to participate must be submitted to the above-mentioned address

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

NHDC 202302-01: The Provision of Waste and Recycling Collection and Street Cleansing Contract

Reference number

NHDC 202302-01

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

North Hertfordshire District Council (the ‘Council’) is currently out to procurement for the provision of a waste and recycling collection and street cleaning contract. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field ). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

two.1.5) Estimated total value

Value excluding VAT: £230,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

North and East Hertfordshire. There may in the future be a need for some routes to service villages on or just across the border with Essex or Cambridgeshire however this would be minimal.

two.2.4) Description of the procurement

The successful bidder (the "Contractor") will provide the following services in the delivery of the Contract:a) Waste Collection and Recycling Services:a. Household Residual Waste collection;b. Household Dry Recycling collection;c. Household Food Waste collection;d. Household Garden Waste collection (chargeable);e. Household Bulky Waste including WEEE collection;f. Other non-domestic Waste and Recycling collection;g. Commercial Waste and Dry Recycling collection; h. Clinical Wasteb) Cleansing Services:a. Mechanical and manual cleansing;b. Public car parks cleansing;c. Litter bin and specialised bins;d. Removal of fly-tipped materials and abandoned waste;e. Dead animals clearance;f. Special events cleansing; and g. Seasonal leaf fall collectionc) Other Services:a. Container Management;b. Customer Relationship Management;c. Service Requests and Complaints Management; andd. Communications.The Contractor may also be required to make the following Anticipated Changes to the services:a. Alternative collections for paper and cardboardb. Free Household Garden Waste collectionc. Depot moveThe Authority may require the Contractor to provide the Anticipated Changes under the Contract, but does not commit to doing so. The procurement documents provide further information about these elements of the services. In the delivery of the Contract, the Authority requires the achievement of the following key service priorities:o Maintain and/or improve service standards through efficient working. o Achieve service improvements, greater resilience, efficiencies, cost reductions or better performance through service alignment.o Deliver service changes aligned with the government’s Resources and Waste Strategy which demonstrate a net environmental benefit.o Work in partnership with contractors to develop and evolve a carbon management plan identifying how operations can deliver year on year carbon savings and move towards services with net zero carbon emissions.o Improve efficiencies and enhance the offering for chargeable waste and recycling services and explore commercial opportunities. o Work in partnership with contractors to explore new opportunities to reduce costs and ensure the delivery of financially sustainable services.o Providing residents and customers with improved and enhanced online self-serve opportunities delivering any service changes with this in mind.o Work in partnership with contractors to improve and modernise working practices and make our services an attractive place to work.o Work with the Herts Waste Partnership and other partners to share knowledge, best practice, reduce waste and embed circular economy principles in service delivery.The Authority intend to make sites available for provision of the Services. Bidders are referred to the procurement documents.Following submissions of the completed SQs, the Authority will apply the selection stage criteria, as set out in the procurement documentation. The Authority intends to select three (3) (and no more than four (4)) economic operators to progress from the SQ stage to the invitation to participate in dialogue and invitation to submit detailed solutions stage. The Authority will then commence dialogue with the bidders who have passed the SQ Stage and at the conclusion of these dialogue meetings, bidders will be required to submit their detailed solutions. Following evaluation of detailed solutions the Authority will invite all the bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.

two.2.5) Award criteria

Quality criterion - Name: Quality criteria are given a total weighting of 55% (10% of which is Social Value) / Weighting: 55

Cost criterion - Name: Price criteria are given a total weighting of 45%. Sub-criteria and their weightings are stated in the procurement documents. / Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £230,000,000

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

Duration in months

192

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (included in draft with the procurement documentation made available with this contract notice).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

20 April 2023

Local time

12:00pm

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: 15 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

TUPE is likely to apply to this procurement.Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the Authority.The procurement is being managed through the Authority's procurement portal. To be able to access the Selection Questionnaire document and the draft procurement documents, economic operators will need to register their company details on the portal. Interested economic operators are recommended to check that they can access the documents, and any problems should be reported to the helpdesk at [ 0845 557 8079 ]The Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. The Authority further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly.The estimated value at Sections II.1.5 and II.2.6 is for the entire maximum possible contract period of 16 years. In arriving at the estimated value, the Authority has considered without limitation current value of the services, impact of growth and potential key service change to be permitted under the Contract. However, the estimated value does not take into account indexation of the contract price, which is anticipated to be a mechanism under the Contract, the specific terms of which are to be further explored through dialogue. The duration provided at Section II.2.7 is for the entire maximum possible contract period. The initial contract period is for 8 years, but may be extended by up to a further 8 years. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the Selection Questionnaire and the procurement process as a whole. Under no circumstances will the Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.Applicants should note that the procurement documentation provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documentation and final details and versions will be confirmed to those applicants who are invited to participate in dialogue.

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom