Opportunity

Integrated Street Cleansing, Waste Collections and Winter Maintenance Services

  • London Borough of Brent

F02: Contract notice

Notice reference: 2021/S 000-027610

Published 3 November 2021, 6:00pm



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

Email

corporate.procurement@brent.gov.uk

Telephone

+44 2089371234

Country

United Kingdom

NUTS code

UKI72 - Brent

Internet address(es)

Main address

http://www.brent.gov.uk

Buyer's address

http://www.brent.gov.uk

one.3) Communication

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

https://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org

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

https://www.brent.gov.uk

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”.