Tender

West London Joint Waste Enforcement Contract

LONDON BOROUGH OF EALING

This public procurement record has 2 releases in its history.

TenderAmendment

18 Feb 2018 at 12:01

Tender

15 Feb 2018 at 19:13

Summary of the contracting process

The London Borough of Ealing is currently soliciting tenders for the West London Joint Waste Enforcement Contract, which aims to establish a collaborative waste enforcement arrangement with Barnet, Harrow, and Hounslow. This contract, classified under miscellaneous services, has a value of £30 million with a minimum threshold of £20 million and is set within a contract period from December 10, 2018, to December 9, 2021, featuring potential extensions. The tender submission period closes on April 6, 2018, and expressions of interest are being sought through a competitive procedure with negotiation, in alignment with European procurement regulations.

This tender presents substantial opportunities for businesses engaged in waste management and environmental services. Companies specialising in pollution investigation and environmental security control, particularly those capable of scaling operations to work collaboratively, will find this contract attractive. With a strong ethos of partnership among the councils, firms that can standardise processes and provide competitive pricing will be well-positioned to succeed in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

West London Joint Waste Enforcement Contract

Notice Description

1.1.1 The London Borough of Ealing ("the Council") is working with the London Boroughs of Barnet, Harrow and Hounslow to put in place a joint arrangement for waste enforcement. This joint arrangement will supersede the individual arrangements which the Councils have. 1.1.2 The Councils intend to let a new contract for a term of 2 years with an option to extend for 3 additional terms of one year each. 1.1.2 Each Council will be a contracting authority for the purposes of the services contract 1.1.3 The contract will be open to new joiners as per the OJEU notice and for this purpose there will be an additional generic pricing schedule which will form the mechanism by which the reference prices for a new joiner will be determined. The working assumption will be that new joiners will use substantially the same enforcement flow charts and the common specification as the existing partners and must use the majority of the generic bid back pricing schedule items. New joiners will be admitted by the parties mutually agreeing to vary the contract. 1.1.4 The OJEU Notice was published in the Official Journal of the European Union on XXXXXX seeking expressions of interest from organisations wishing to participate in the Project. 1.1.5 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) 1.1.6 The Council will conduct a pre-qualification (SQ) exercise to identify suitable bidders to participate in this procurement. The top 3 highest scoring Bidders will be invited to tender ("The Bidders") and to take part in the negotiating element. Should the gap between the 3rd and 4th highest scoring SQs be less than 2% the Council will take forward 4 firms to the ITN stage. Under the "Clear Blue Water" principle the 5th firm will be taken forward if it is less than 2% behind the 4th firm. [Note: the document pack, issued to interested parties, around the time of publication of the OJEU notice includes both the SQ and the subsequent ITN document set. In the first instance bidders should address themselves to the SQ only] 1.1.7 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

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-83745bb6-d616-4d7c-bfc6-1a99cb6d7ec1
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/45cf9e5e-e650-4593-90c8-a4f1defc1f8a
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

90714600 - Environmental security control services

90715000 - Pollution investigation services

98300000 - Miscellaneous services

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20188 years ago
Submission Deadline
6 Apr 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
10 Dec 2018 - 9 Dec 2021 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF EALING
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EALING
Postcode
W5 2HL
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI7 Outer London - West and North West
Small Region (ITL 3)
TLI73 Ealing
Delivery Location
Not specified

Local Authority
Ealing
Electoral Ward
Ealing Broadway
Westminster Constituency
Ealing Central and Acton

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-83745bb6-d616-4d7c-bfc6-1a99cb6d7ec1-2018-02-18T12:01:52Z",
    "date": "2018-02-18T12:01:52Z",
    "ocid": "ocds-b5fd17-83745bb6-d616-4d7c-bfc6-1a99cb6d7ec1",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "EALING001-DN324467-39730970",
        "title": "West London Joint Waste Enforcement Contract",
        "description": "1.1.1 The London Borough of Ealing (\"the Council\") is working with the London Boroughs of Barnet, Harrow and Hounslow to put in place a joint arrangement for waste enforcement. This joint arrangement will supersede the individual arrangements which the Councils have. 1.1.2 The Councils intend to let a new contract for a term of 2 years with an option to extend for 3 additional terms of one year each. 1.1.2 Each Council will be a contracting authority for the purposes of the services contract 1.1.3 The contract will be open to new joiners as per the OJEU notice and for this purpose there will be an additional generic pricing schedule which will form the mechanism by which the reference prices for a new joiner will be determined. The working assumption will be that new joiners will use substantially the same enforcement flow charts and the common specification as the existing partners and must use the majority of the generic bid back pricing schedule items. New joiners will be admitted by the parties mutually agreeing to vary the contract. 1.1.4 The OJEU Notice was published in the Official Journal of the European Union on XXXXXX seeking expressions of interest from organisations wishing to participate in the Project. 1.1.5 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) 1.1.6 The Council will conduct a pre-qualification (SQ) exercise to identify suitable bidders to participate in this procurement. The top 3 highest scoring Bidders will be invited to tender (\"The Bidders\") and to take part in the negotiating element. Should the gap between the 3rd and 4th highest scoring SQs be less than 2% the Council will take forward 4 firms to the ITN stage. Under the \"Clear Blue Water\" principle the 5th firm will be taken forward if it is less than 2% behind the 4th firm. [Note: the document pack, issued to interested parties, around the time of publication of the OJEU notice includes both the SQ and the subsequent ITN document set. In the first instance bidders should address themselves to the SQ only] 1.1.7 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",
        "datePublished": "2018-02-15T19:13:12Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "98300000",
            "description": "Miscellaneous services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "90715000",
                "description": "Pollution investigation services"
            },
            {
                "scheme": "CPV",
                "id": "90714600",
                "description": "Environmental security control services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure",
        "tenderPeriod": {
            "endDate": "2018-04-06T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-12-10T00:00:00Z",
            "endDate": "2021-12-09T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/45cf9e5e-e650-4593-90c8-a4f1defc1f8a",
                "datePublished": "2018-02-18T12:01:52Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Advert",
                "url": "https://procontract.due-north.com/Advert?advertId=c7dff2a7-8212-e811-80ea-005056b64545"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-55363",
            "name": "London Borough of Ealing",
            "identifier": {
                "legalName": "London Borough of Ealing"
            },
            "address": {
                "streetAddress": "Ealing Council, Perceval House, 14/16 Uxbridge Road",
                "locality": "Ealing",
                "postalCode": "W5 2HL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Vincent Hunt",
                "email": "huntv@ealing.gov.uk",
                "telephone": "+44 797065946"
            },
            "details": {
                "url": "http://www.ealing.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-55363",
        "name": "London Borough of Ealing"
    }
}