Tender

Western Riverside Waste Authority - Procurement of Legal Advice

  • Western Riverside Waste Authority

F02: Contract notice

Notice identifier: 2023/S 000-007470

Procurement identifier (OCID): ocds-h6vhtk-03b2e7

Published 15 March 2023, 8:54am



Section one: Contracting authority

one.1) Name and addresses

Western Riverside Waste Authority

Smugglers Way, Wandsworth

London

SW18 1JS

Email

info@wrwa.gov.uk

Telephone

+44 2088712788

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://wrwa.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42982

one.3) Communication

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

https://wrwa.gov.uk/home/procurement/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Waste Management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Western Riverside Waste Authority - Procurement of Legal Advice

two.1.2) Main CPV code

  • 79111000 - Legal advisory services

two.1.3) Type of contract

Services

two.1.4) Short description

To provide Legal Advice to a Statutory Joint Waste Disposal Authority

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79111000 - Legal advisory services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
  • UKI34 - Wandsworth
  • UKI45 - Lambeth
Main site or place of performance

Wandsworth London

two.2.4) Description of the procurement

The Authority wishes to appoint an external legal adviser to assist it in:

- The management of its existing waste contract with Cory Environmental Limited that expires in 2032, this shall include work on a Residual Value agreement contained within the existing contract;

- The development of a new waste strategy and the procurement of new waste management arrangements to be implemented post 2032;

- The potential purchase of land for the development of a new waste transfer station with scope for over site development; and

- Extracting best value from its land holdings generally.

Advice and support will be expected to be provided on a range of subjects, potentially over the next decade.

two.2.5) Award criteria

Quality criterion - Name: Staff Qualifications and Experience / Weighting: 10%

Quality criterion - Name: Acceptance of contract conditions / Weighting: 10%

Quality criterion - Name: Method Statements / Weighting: 50%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

3 renewals of 24 months each possible

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

Envisaged minimum number: 4

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Selection criteria as stated in the procurement documents

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

Authorised by the Solicitors Regulation Authority (SRA) to carry out SRA regulated activities

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Legal Services

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

13 April 2023

Local time

1:00pm

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

20 April 2023

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

Tender must be valid until: 21 August 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228923.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:228923)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit