Braintree District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Temporary Labour |
Notice type: | Contract Notice |
Authority: | Braintree District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Braintree District Council are procuring a Single Vendor who will take responsibility for providing the council with temporary workers. The successful organisation will need to demonstrate that they are able to deliver workers to the geographical locations and for the areas of expertise/service specified. The contract will be for an initial three (3) years with an option to extend for two further 12 month periods (1+1). |
Published: | 21/07/2020 16:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: procurement@braintree.gov.uk
Main Address: https://www.braintree.gov.uk/
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Recruitment-services./EM3XTK9248
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Recruitment-services./EM3XTK9248 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Temporary Labour
Reference Number: PROC20-0103
II.1.2) Main CPV Code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Braintree District Council are procuring a Single Vendor who will take responsibility for providing the council with temporary workers.
The successful organisation will need to demonstrate that they are able to deliver workers to the geographical locations and for the areas of expertise/service specified.
The contract will be for an initial three (3) years with an option to extend for two further 12 month periods (1+1).
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Braintree District Council (BDC) are procuring a Single Vendor who will take responsibility for providing the council with temporary workers.
BDC may throughout the lifetime of the contract request for an adjustment, expansion, or reduction of the required tasks. Agency staff will in general undertake the listed tasks within the following services:
Waste Services
-Domestic kerb side refuse and dry mixed recycling collection services including food waste and green waste. Refuse and dry mixed recycling will be in bags and bins
Trade waste collections
-Recycling Bring Bank collections and cleaning
-Transfer station working / weighbridge operation
-Bin and sack deliveries
-HGV Class 2 driving
-JCB / Plant operation
-Bulky Waste Collections
Street Cleansing
-Litter picking on all urban and rural roads in the Braintree District
-Estate litter-picking
-Town Centre sweeping
-Litter-bin and dog bin emptying
-Leaf clearance / sweeping
-Removal of fly-tipping, fly posters and graffiti
-Snow clearance / gritting
-Van driving (up to 7.5 tonne licence required)
-Mechanical sweeping driving (up to 7.5 tonne licence required)
Special projects
-Horticulture and Grounds Maintenance Services
-Full range of grounds maintenance of parks and open spaces, sports fields, public gardens, and Cemeteries
-Leaf clearance / sweeping
-Snow clearance / gritting
-Van driving (up to 7.5 tonne licence required) plus driving with trailers
-Plant operation (where trained) such as tractors, mowers and diggers
-Litter picking
-Litter bin emptying
General Service support
-Assist the service(s) in delivering leaflets and brochures, undertaking surveys and generally supporting special events i.e. fetes, carnivals.
Delta Access code: EM3XTK9248
The successful tenderer may be required to participate in works related economic, social and environmental regeneration of the area in and around the place of delivery. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
Each bidder shall be responsible for its own costs and expenses incurred in participating in this process.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract will be for an initial three (3) years with an option to extend for two further 12 month periods (1+1).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority reserves the right to cancel the procurement at any stage of the process and not to proceed with the award of any contract. The Authority shall not be liable for interested parties’ or tenderers’ costs in relation to this procurement in any circumstances.
The estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by Braintree District Council.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/08/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 24/08/2020
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Recruitment-services./EM3XTK9248
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EM3XTK9248
VI.4) Procedures for review
VI.4.1) Review body:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079760000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
The Public Contracts Regulations 2015 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). Generally,such action must be brought within 30 days form the date the aggrieved party knew or ought to have known about the breach.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/07/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Email: procurement@braintree.gov.uk
Main Address: https://www.braintree.gov.uk/
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Temporary Labour
Reference number: PROC20-0103
II.1.2) Main CPV code:
79600000 - Recruitment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Braintree District Council are procuring a Single Vendor who will take responsibility for providing the council with temporary workers.
The successful organisation will need to demonstrate that they are able to deliver workers to the geographical locations and for the areas of expertise/service specified.
The contract will be for an initial three (3) years with an option to extend for two further 12 month periods (1+1).
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Braintree District Council (BDC) are procuring a Single Vendor who will take responsibility for providing the council with temporary workers.
BDC may throughout the lifetime of the contract request for an adjustment, expansion, or reduction of the required tasks. Agency staff will in general undertake the listed tasks within the following services:
Waste Services
-Domestic kerb side refuse and dry mixed recycling collection services including food waste and green waste. Refuse and dry mixed recycling will be in bags and bins
Trade waste collections
-Recycling Bring Bank collections and cleaning
-Transfer station working / weighbridge operation
-Bin and sack deliveries
-HGV Class 2 driving
-JCB / Plant operation
-Bulky Waste Collections
Street Cleansing
-Litter picking on all urban and rural roads in the Braintree District
-Estate litter-picking
-Town Centre sweeping
-Litter-bin and dog bin emptying
-Leaf clearance / sweeping
-Removal of fly-tipping, fly posters and graffiti
-Snow clearance / gritting
-Van driving (up to 7.5 tonne licence required)
-Mechanical sweeping driving (up to 7.5 tonne licence required)
Special projects
-Horticulture and Grounds Maintenance Services
-Full range of grounds maintenance of parks and open spaces, sports fields, public gardens, and Cemeteries
-Leaf clearance / sweeping
-Snow clearance / gritting
-Van driving (up to 7.5 tonne licence required) plus driving with trailers
-Plant operation (where trained) such as tractors, mowers and diggers
-Litter picking
-Litter bin emptying
General Service support
-Assist the service(s) in delivering leaflets and brochures, undertaking surveys and generally supporting special events i.e. fetes, carnivals.
Delta Access code: EM3XTK9248
The successful tenderer may be required to participate in works related economic, social and environmental regeneration of the area in and around the place of delivery. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
Each bidder shall be responsible for its own costs and expenses incurred in participating in this process.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
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: The Authority reserves the right to cancel the procurement at any stage of the process and not to proceed with the award of any contract. The Authority shall not be liable for interested parties’ or tenderers’ costs in relation to this procurement in any circumstances.
The estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by Braintree District Council.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 142-350831
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 06/11/2020
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
First Call Contract Services Ltd, 03296899
First Call Contract Services Limited, Collingham House, 6 – 12 Gladstone Road, Wimbledon, London, SW19 1QT, United Kingdom
NUTS Code: UK
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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=544266737
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
The Public Contracts Regulations 2015 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). Generally,such action must be brought within 30 days form the date the aggrieved party knew or ought to have known about the breach.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 23/11/2020