Section one: Contracting authority
one.1) Name and addresses
North Hertfordshire District Council
Council Offices, Gernon Road
Letchworth Garden City
SG6 3JF
Contact
Chloe Hipwood
Chloe.Hipwood@north-herts.gov.uk
Telephone
+44 01462474000
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £230,000,000
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.2.11) 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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-007034
Section five. Award of contract
Contract No
NHDC 202302-01
Title
The Provision of Waste & Recycling Collection And Street Cleansing Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 October 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Veolia
210 Pentonville Road
London
N1 9JY
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £23,000,000
Total value of the contract/lot: £247,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
100 St. Paul's Churchyard, London
London
EC4M 8BU
Telephone
+44 02075366000
Fax
+44 02075366001
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
100 St. Paul's Churchyard
London
EC4M 8BU
Telephone
+44 02075366000
Fax
+44 02075366001
Country
United Kingdom