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
Telephone
+44 2088255000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
LONDON BOROUGH OF HOUNSLOW
7 BATH ROAD
HOUNSLOW
TW3 3EB
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
LONDON BOROUGH OF HARROW
57 STATION ROAD
HARROW
HA1 3JE
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
LONDON BOROUGH OF CAMDEN
5 CULWORTH STREET
CAMDEN
NW8 7EL
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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