Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre, Engineers Way
Wembley
HA9 0FJ
Contact
London Borough of Brent - Procurement
corporate.procurement@brent.gov.uk
Telephone
+44 2089371234
Country
United Kingdom
NUTS code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Integrated Street Cleansing, Waste Collections and Winter Maintenance Services
Reference number
DN559713
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
The London Borough of Brent (the Authority) invites Expressions of Interest from suitably qualified and experienced organisations for the provision of its integrated Street Cleansing, Waste Collections and Winter Maintenance Services contract (the Contract) in the form of a completed Supplier Questionnaire.
In addition to the core services, there are a number of functions which are included as provisional services in the potential scope of the Contract, which are set out in the Contract documents.
Planned contract duration: The contract is for an initial 8 year period (1 April 2023 to 30 March 2031) with an option to extend for such period or periods up to a further 8 years by mutual agreement and subject to performance.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The London Borough of Brent (the Authority) invites Expressions of Interest from suitably qualified and experienced organisations for the provision of its integrated Street Cleansing, Waste Collections and Winter Maintenance Services contract (the Contract) in the form of a completed Supplier Questionnaire.
In addition to the core services, there are a number of functions which are included as provisional services in the potential scope of the Contract, which are set out in the Contract documents.
Tenderers may be asked to tender against a number of options for service delivery in order to explore the solution that best meets the Authority’s needs. These may include but are not limited to:
• Fortnightly Dry Recyclables collection from Street Level Households not along the North Circular Road
• Segregated Food Waste collection from Flats Above Shops
• Free Green Waste collection for all relevant households (if mandated by the Environment Bill)
• Removal of Fly-Tipped Waste from Parks and Open Spaces
• Provision of Salt Storage, Loading and Supply
• Options for the provision of intelligence-led Street Cleansing Services in order to achieve banded savings as may be required by the Authority
The Authority has adopted a strategy to redefine local services and the Contract is intended to:
* Improve the way Brent ‘looks and feels’ to residents, businesses and visitors including good quality street scene and a clean and tidy area
* Encourage greater consideration by residents and communities of how to generate less waste, emphasising reduction, reuse, recycling and composting
* Promote a greater sense of civic pride and a stronger local identity
* Make a positive impact on social, environmental and economic sustainability
* Maximise opportunities arising from the Environment Bill.
Planned contract duration: The contract is for an initial 8 year period (1 April 2023 to 30 March 2031) with an option to extend for such period or periods up to a further 8 years by mutual agreement and subject to performance.
The Authority is using the Competitive Dialogue procedure for this procurement and it is planned that there will be two stages:
1. Invitation to Submit Detailed Solutions; and
2. Invitation to Submit Final Tenders.
Interested firms are referred to the procurement documentation published with this Notice or shortly thereafter.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
192
This contract is subject to renewal
Yes
Description of renewals
Option to extend for such period or periods up to a further 8 years by mutual agreement and subject to performance.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
In the event of a tie for fifth place, or very closely scored SQ submissions (meaning two or more SQ submissions where the difference between overall scores is 1% or less), the Council reserves the right to shortlist additional Bidders.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will include variation provisions allowing, amongst other things, the addition of services (within the scope of this contract notice and the procurement documents), removal of services and changes in the frequency and method of delivery of the services throughout the contract term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated value of the contract is circa. £300m in nominal terms including indexation and population growth over 16 years (i.e. the length of the main term plus the maximum length of any extensions).
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
The suitability criteria and scoring are set out in the selection criteria explanatory and guidance documents which can be obtained from the website address in section I.3.
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
Details of the conditions are set out in the procurement documents. These may include considerations relating to social, environmental and/or employment related considerations.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: 2021/S 000-024955
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 December 2021
Local time
2:00pm
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Contracting Authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those regulations.
The Contracting Authority reserves the right not to proceed or not to award a contract for the whole or any part of the proposed procurement. The Contracting Authority will not be liable for any costs incurred by those expressing an interest, participating in dialogue or tendering for this contract.
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 day calendar day standstill period at the point information on the award of the contact is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”.