Opportunity

Waste and Environmental Services

  • The Council of the Borough of Milton Keynes

F02: Contract notice

Notice reference: 2021/S 000-031832

Published 20 December 2021, 5:09pm



Section one: Contracting authority

one.1) Name and addresses

The Council of the Borough of Milton Keynes

Civic 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Contact

Corporate Procurement

Email

contracts@milton-keynes.gov.uk

Telephone

+44 1908691691

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

https://www.milton-keynes.gov.uk

Buyer's address

https://in-tendhost.co.uk/milton-keynes

one.3) Communication

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

https://in-tendhost.co.uk/milton-keynes

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/milton-keynes

Tenders or requests to participate must be submitted to the above-mentioned address

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

Waste and Environmental Services

Reference number

2021-088

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 Council of the Borough of Milton Keynes (the ‘Council’) invites expressions of interest from suitably qualified and experienced organisations in relation to its contract for the provision of waste and environmental services in the Milton Keynes Administrative Area. The services under the Contract will include: collection of waste and recycling, disposal of some specialist categories of waste, street cleansing, landscape maintenance, burial services and play area equipment provision, inspections and maintenance (as more fully described in the Invitation to Tender documentation). The services also include associated ancillary services in the public realm and street scene. The Council is conducting this procurement through the competitive dialogue procedure of the Public Contracts Regulations 2015 (as amended)

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.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

The procurement is for the Council’s contract for environmental services. The Council is seeking a single contract to provide integrated services as described in Section II.1.4 (Short Description). The Council will implement the procurement procedure in successive stages - further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Council’s needs and requirements for the contract are included in the procurement documents published with this notice. This procurement is undertaken pursuant to the competitive dialogue procedure using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/ Following submissions of the completed SQs, the Council will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Council intends to select those FOUR (4) economic operators who ‘pass’ all the questions in the SQ to progress from the SQ stage to the invitation to participate in dialogue and submit detailed solution stage provided there are sufficient economic operators that submit and pass the SQ stage. The Council will conduct dialogue throughout the process with those bidders selected from the SQ stage. Following initial dialogue meeting(s), bidders will be required to submit their detailed solutions after which the evaluation criteria will be applied and may result in down selection. The Council will invite selected bidders to detailed dialogue sessions. Once the Council 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. The Council reserves the right to add stages or revise this process.

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

60

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of 5 years, with the option to extend for a period of 5 years.

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 be for an initial term of 5 years, with the option to extend for a period of 5 years.

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 Contract will be for an initial term of 5 years, with the option to extend for a period of 5 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (made available in draft with the procurement documents published with this contract notice).


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

Date

25 January 2022

Local time

12:00pm

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: 6 (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 estimated total value provided in Section II.1.5 is for the full possible contract period of 10 years. In arriving at this value, the Council has considered without limitation the estimated costs (including ad hoc capital) and revenue associated with the provision of the services, including vehicles, fuel, inflation, impact of growth and potential key service change to be explored during dialogue. The Council is of the view that TUPE is likely to apply to some staff at contract commencement but bidders will be expected to undertake their own due diligence. The Council has depots available for use in the provision of the Services that shall be leased or licensed to the contractor. Further information shall be provided in the procurement documents. Vehicles in the fleet are anticipated to be predominantly financed and owned by the Council. The procurement of any new vehicles may be carried out by the Council or the Contractor, the detail of which shall be discussed with bidders through dialogue. The Council may in the future devolve responsibility for elements of landscaping and/or play area services to some parish and town councils in the Administrative Area. The Council intends to explore the options for this with bidders further during dialogue. The Council expressly reserves the right to vary the contract under Regulation 72(1)(a) of the Public Contracts Regulations 2015 (as amended) (and/or under any equivalent provision in future procurement legislation) to effect such devolution. The Council may dialogue with bidders on providing cleansing and landscaping services to land managed under the Authority’s housing revenue account. The Council reserves the right (but is not obliged) to introduce, amend or omit this as a full or provisional service at a later stage of the procurement. Applicants should note that the procurement documents marked as draft provide indicative information of the Council’s approach in the procurement process at this stage and are for general information only. The Council reserves the right to vary, amend and update any aspects of the draft procurement documents and final details and versions of the procurement documents will be confirmed to applicants that are successful in being selected to participate in dialogue. Economic operators should be aware that the Council will publish its draft budget proposals in December 2021, which may include potential changes that impact upon the budget for the performance of the Services. This shall be provided at https://milton-keynes.cmis.uk.com/milton-keynes/Calendar/tabid/70/ctl/ViewMeetingPublic/mid/397/Meeting/6834/Committee/1399/Default.aspx. The Council is seeking to procure an economic operator who can innovate to perform the Services within the Council’s affordability. Bidders should note that whilst the estimated total value is a proxy for affordability it is not a target sum. The Council shall place importance on affordability and the identification of savings that do not compromise quality during the procurement process. Although affordability shall not form part of the compliance criteria at ISDS stage, the Council reserves the right (but is not obliged) to introduce affordability compliance criteria at a later stage of the procurement and amend the affordability at any stage of the procurement. The Council reserves the right to omit, amend or recalibrate any part of the services or technical service standards at any stage and to require those bidders remaining in the process at that stage to adjust their bids accordingly without reverting back to previous stages. The Council reserves the right to abandon this procurement process at any stage and/or not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.

six.4.4) Service from which information about the review procedure may be obtained

The High Court Royal Courts of Justice

Royal Courts of Justice Strand

London

WC2A 2LL

Country

United Kingdom