Joint Waste Enforcement Procurement
A Tender Notice
by LONDON BOROUGH OF EALING
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 6 year
- Value
- £0-£6M
- Sector
- DEFENCE
- Published
- 19 Apr 2023
- Delivery
- To 07 May 2029 (est.)
- Deadline
- 08 Jun 2023 11:00
Concepts
Location
London:
4 buyers
- London Borough of Ealing Ealing
- London Borough of Hounslow Hounslow
- London Borough of Harrow Harrow
- London Borough of Camden Camden
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
Total Quantity or Scope
This is a competitive procedure with negotiation procedure for waste enforcement for the 4 participating London Boroughs
CPV Codes
- 79700000 - Investigation and security services
- 90715000 - Pollution investigation services
Indicators
- This is a one-off contract (no recurrence)
- Renewals are not available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-03c21b
- FTS 011250-2023