We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 548975-2021

27/10/2021    S209

United Kingdom-Solihull: Sewage, refuse, cleaning and environmental services

2021/S 209-548975

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Solihull Metropolitan Borough Council
Town: Solihull
NUTS code: UKG32 Solihull
Postal code: B91 3QB
Country: United Kingdom
E-mail: procteam@solihull.gov.uk
Internet address(es):
Main address: www.solihull.gov.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

SOL - Strategic Environment Contract

II.1.2)Main CPV code
90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

Solihull Metropolitan Borough Council (the ‘Authority’) invites expressions of interest from suitably qualified and experienced organisations in relation to its strategic environment contract. The services under the Contract will include: waste collection and recycling services, waste transfer station management and operations, management and operation of an household waste recycling centre, management and operation of depot(s), cleansing services, grounds maintenance services, arboriculture and forestry services, cemeteries and crematoria services. The Authority wishes to test two service delivery options and some services will be included as a provisional item, to be confirmed during the procurement. The Authority intends to make site(s) available for the provision of the services.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 281 226 598.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
44113910 Winter-maintenance materials
50870000 Repair and maintenance services of playground equipment
77211500 Tree-maintenance services
77310000 Planting and maintenance services of green areas
77320000 Sports fields maintenance services
77314000 Grounds maintenance services
90500000 Refuse and waste related services
90600000 Cleaning and sanitation services in urban or rural areas, and related services
90700000 Environmental services
90530000 Operation of a refuse site
90510000 Refuse disposal and treatment
90511000 Refuse collection services
90511200 Household-refuse collection services
90511300 Litter collection services
90511400 Paper collecting services
90512000 Refuse transport services
90513100 Household-refuse disposal services
90514000 Refuse recycling services
90533000 Waste-tip management services
90610000 Street-cleaning and sweeping services
90611000 Street-cleaning services
90612000 Street-sweeping services
90630000 Ice-clearing services
90640000 Gully cleaning and emptying services
90641000 Gully cleaning services
90642000 Gully emptying services
90690000 Graffiti removal services
90900000 Cleaning and sanitation services
90910000 Cleaning services
90914000 Car park cleaning services
90918000 Bin-cleaning services
90920000 Facility related sanitation services
90520000 Radioactive-, toxic-, medical- and hazardous waste services
90524100 Clinical-waste collection services
II.2.3)Place of performance
NUTS code: UKG32 Solihull
II.2.4)Description of the procurement:

1.1 The services under the Contract will include: waste collection and recycling services, waste transfer station management and operations, management and operation of an household waste recycling centre, management and operation of depot (s), cleansing services, grounds maintenance services, arboriculture and forestry services cemeteries and crematoria services. The Authority wishes to test two service delivery options and some services will be included as a provisional item, to be confirmed during the procurement. The Authority intends to make site(s) available for the provision of the services.

1.2 The Authority requires delivery of the following key strategic outcomes:

(a) Strategic Outcome 1: The contractor delivers services that make Solihull healthier, greener, safer and prosperous through growth that creates opportunities for all. The contract:

(i) improves the way Solihull looks and feels;

(ii) makes Solihull a cleaner and tidier place; and

(iii) makes people feel better about their surroundings.

(b) Strategic Outcome 2: The contractor makes a positive impact on social, environmental and economic sustainability.

(c) Strategic Outcome 3: The contract delivers maximum value for money for the cost of the services and achieves the Authority’s outcome of enhancing its financial position.

(d) Strategic Outcome 4: The parties work together and share their respective responsibilities to implement the waste hierarchy. The contractor delivers solutions to help the Authority continuously reduce waste and increase the recycling and composting performance. Key performance indicators are set to monitor and report performance. These actions contribute positively to work towards the achievement of the recycling targets set out in the local plans and Government targets.

(e) Strategic Outcome 5: Technological change is embraced throughout the contract and opportunities offered by rapid technological advancements are harnessed.

(f) Strategic Outcome 6: The contractor works in partnership with the Authority to deliver against relevant outcomes in their strategic plans.

1.3 The Authority will implement the procurement procedure in successive stages -further information is set out in the procurement documents. It is intended that the procurement will be a streamlined competitive dialogue.

Broadly 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 Authority’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 in order to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at http:// www.csw-jets.co.uk/.

Following submissions of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. The Authority intends to select up to three (3) economic operators to progress from the SQ stage to the invitation to participate in dialogue and submit detailed solution stage.

The Authority will then commence dialogue with the bidders selected from 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.

II.2.5)Award criteria
Quality criterion - Name: Method Statements / Weighting: 50
Quality criterion - Name: Legal and Risk / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Cost criterion - Name: Commercial / Weighting: 3
Cost criterion - Name: Price / Weighting: 37
II.2.11)Information about options
Options: yes
Description of options:

The contract period will be for an initial term of 10 years, with the option to extend for a further period or periods of up to 10 years in aggregate.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 146-360580
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: SOL – 9200
Title:

SOL - Strategic Environment Contract

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
V.2.2)Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Veolia ES (UK) Limited
Town: London
NUTS code: UKI43 Haringey and Islington
Postal code: N1 9JY
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 310 000 000.00 GBP
Total value of the contract/lot: 281 226 598.00 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 24 %
Short description of the part of the contract to be subcontracted:

Delivering Grounds Maintenance and Arboriculture services, works include grass cutting, tree management and horticulture.

Section VI: Complementary information

VI.3)Additional information:

In relation to the provision of finance for vehicles and equipment which individually cost more that £10,000 economic operators are referred to the procurement documents for information.

TUPE is likely to apply to this procurement.

During the procurement the Authority will explore through dialogue the following provisional services:

- Clinical Waste collection

- WEEE Collection

- Golf pitch and putt – facility management

- Authority building Commercial Waste and Recycling collection

The Authority may include any or all of these provisional services in the contract, but does not commit to do so.

The Authority will be considering, throughout the procurement process, two service delivery options. Service Delivery Option A will deliver an ‘as-is’ service and Service Delivery Option B will introduce a separate food waste collection service and change the residual collection frequency from weekly to fortnightly.

The Authority reserves the right to abandon this procurement process at any stage. Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process.

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The Authority reserves the right to omit any part of the Services at any stage and to require those in the process to adjust their solutions accordingly.

The estimate value of £310,000,000 is for the entire possible contract period of 20 years. In arriving at the estimate value the Authority has considered without limitation current value of the services, inflation, impact of growth and potential key service change to be explored as part of the competitive dialogue.

Applicants should note that the procurement documents provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in dialogue.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court, Royal Court
Town: Strand, London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: To be confirmed
Town: TBC
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: To be confirmed
Town: TBC
Country: United Kingdom
VI.5)Date of dispatch of this notice:
22/10/2021