Tender

Joint Waste Enforcement Procurement

  • London Borough of Ealing
  • LONDON BOROUGH OF HOUNSLOW
  • LONDON BOROUGH OF HARROW
  • LONDON BOROUGH OF CAMDEN

F02: Contract notice

Notice identifier: 2023/S 000-011250

Procurement identifier (OCID): ocds-h6vhtk-03c21b

Published 19 April 2023, 3:22pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing

Ealing Council, Perceval House, 14/16 Uxbridge Road

Ealing

W5 2HL

Contact

Mr Vincent Hunt

Email

huntv@ealing.gov.uk

Telephone

+44 2088255000

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.ealing.gov.uk

Buyer's address

http://www.ealing.gov.uk

one.1) Name and addresses

LONDON BOROUGH OF HOUNSLOW

7 BATH ROAD

HOUNSLOW

TW3 3EB

Email

LORIEN.KELLY@HOUNSLOW.GOV.UK

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

HTTPS://WWW.HOUNSLOW.GOV.UK

one.1) Name and addresses

LONDON BOROUGH OF HARROW

57 STATION ROAD

HARROW

HA1 3JE

Email

DAVID.HAYES@HARROW.GOV.UK

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

HTTPS://WWW.HARROW.GOV.UK

one.1) Name and addresses

LONDON BOROUGH OF CAMDEN

5 CULWORTH STREET

CAMDEN

NW8 7EL

Email

KATE.COLLINS@CAMDEN.GOV.UK

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

HTTPS://WWW.CAMDEN.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

https://procontract.due-north.com/Advert/Index?advertId=f6479549-b170-ed11-811c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=f6479549-b170-ed11-811c-005056b64545

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

Joint Waste Enforcement Procurement

Reference number

DN645602

two.1.2) Main CPV code

  • 79700000 - Investigation and security services

two.1.3) Type of contract

Services

two.1.4) Short description

1.1.1 The London Borough of Ealing as lead procurement authority (“the Council”) is working with the London Boroughs of Harrow and Hounslow and Camden to put in place a joint arrangement for waste enforcement. This joint arrangement will supersede the individual arrangements which the Councils have. Camden may choose to join this joint arrangement after the end of their contract,

1.1.2 The Councils intend to let a new contract for a term of 3 years with an option to extend for 3 additional terms of one year each.

1.1.3 Each Council will be a contracting authority for the purposes of the services contract.

1.1.4 The Council is carrying out this procurement using the Competitive Procedure with Negotiation under European Directive 2014/24/EU as implemented in the UK by the Public Contracts Regulations 2015 (Statutory Instrument Number 102, 2015) (as amended)

1.1.5 The Council will conduct a pre-qualification (Selection Questionnaire) exercise to identify suitable bidders to participate in this procurement. The top 4 highest scoring Bidders will be invited to tender (“The Bidders”) and to take part in the negotiating element.

Should the gap between the 5th and 6th highest scoring SQs be less than 2% the Council will take forward 5 firms to the ITN stage. Under the “Clear Blue Water” principle the 6th firm will be taken forward if it is less than 2% behind the 5th firm.

[Note: the document pack, issued to interested parties, around the time of publication of the FIND A TENDER SERVICE notice includes both the SQ and the subsequent ITN document set. In the first instance bidders should address themselves to the SQ only]

1.1.6 There is a strong ethos of collaboration underpinning the Joint Waste Enforcement consortium. Partners will be endeavouring to standardise procedures wherever possible to allow Bidders to generate economies of scale.

1.1.7 Bidders will be expected to identify in their initial tender, how they propose to accommodate the requirements of the consortium as enshrined in the Specification, bid- back pricing schedule and other tender documents. All these documents are listed in Appendix 10 to this document.

1.1.8 During the negotiation the following topics will be covered (although on an equal opportunities basis, with sufficient time being granted to respond, other topics of negotiation may be introduced):-

The pricing assumptions behind the bid back fine income share. This to include risk- based pricing elements which reduce the income yield to the Councils

The number of employees to be deployed to the service for each Council

The technology to be employed

How you would approach the interface with the Councils’ legal services and downstream Court activity

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90715000 - Pollution investigation services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This is a competitive procedure with negotiation procedure for waste enforcement for the 4 participating London Boroughs

two.2.5) Award criteria

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

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

Duration in months

72

This contract is subject to renewal

No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: Yes

four.2) Administrative information

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

Date

8 June 2023

Local time

12:00pm

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

6 July 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Chancery Division of the High Court

Chancery Division Rolls Building 7 Rolls Building Fetter Lane

London

EC4A 1NL

Country

United Kingdom