Notice Information
Notice Title
P5359 Waste and Recycling Collections and Cleansing Services Contract
Notice Description
The contract is for the collection of household and commercial waste and recycling, street cleansing and ancillary services. It broadly covers the collection of waste from households, schools, charities, businesses, street cleaning, litter bin emptying, on-street waste and recycling containers, bulky waste collections, cleansing of parks and open spaces, market cleansing and waste collection, special events services and winter maintenance. Collected waste and recycling is to be delivered by the successful contractor to delivery points nominated by the contracting authority (see procurement documents). The contracting authority has a depot available for use in the provision of the services (see procurement documents). Economic operators may however prefer to use their own sites. Further information on the delivery points and the depot is provided in the procurement documents. The successful contractor will be required to provide vehicles and equipment for the provision of the services.This procurement is being undertaken pursuant to the competitive dialogue procedure using the electric tendering system www.londontenders.org ('portal'). Economic operators will need to register an interest on the portal in order to participate and the registration is free. All documentation available from and all communication to be conducted via the portal at https://londontenders.org.procontract/suppliers.nsf To express interest economic operators must complete the Selection Questionnaire (SQ) included in the portal documentation. The contracting authority's needs and requirements for the contract and background information are included in the procurement documents published with this notice. It is intended that this procurement will be a streamlined competitive dialogue. There will be no outline solutions stage. Economic operators are referred to the procurement documents for further information. The collection element of the services includes the following types of household waste: residual waste, dry recyclable waste, food waste and garden waste, clinical waste and bulky household waste. The commercial waste service will include residual waste and dry recyclable waste as a minimum. The contracting authority is keen to develop its commercial waste offering through the contract, and options particularly with regards to dry recyclable waste and the introduction of food waste collections are to be explored as part of the competitive dialogue. In relation to the provision of finance for vehicles and equipment which individually cost more than PS25,000.00 economic operators are referred to the procurement documents for information. Additional information: List and brief description of conditions: Will be detailed in the SQ pack. The contracting authority will require the contract to be with a legal entity. It reserves the right to require groups of economic operators to take a particular legal form or to require a single contractor to take prime liability. Members of any group shall be jointly and severally liable. Legal bodies shall be companies, partnerships or unincorporated joint ventures. Option to extend the contract for a period or periods of up to 8 years allowing for a maximum possible contract period of 16 years. The contracting authority reserves the right to abandon this procurement process at any stage and/or not to award any contract. The contracting authority is assessing the option of bringing the services in-house. It is anticipated that cabinet will make a decision on the 31 October 2018. Should Cabinet decide the in-house option, this procurement process may be abandoned in whole or in part or amended to reflect the Cabinet decision. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process. During the procurement the contracting authority will explore through dialogue if it can afford enhancements to the services, inter alia borough wide food waste collection services, and reserves the right to add to the services or omit services at its absolute discretion. The estimated value of PS450m for the entire possible contract period of 16 years is the top end of the range of value i.e. PS370m to PS450m estimated by the contacting authority. In arriving at this estimated range of value the contracting 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-a153d179-31cd-42ed-950d-47db47e90f54
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/6d5ffb98-9b70-46e3-80f0-a3ae799918f0
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialog
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
50760000 - Repair and maintenance of public conveniences
90500000 - Refuse and waste related services
90510000 - Refuse disposal and treatment
90511000 - Refuse collection services
90511300 - Litter collection services
90630000 - Ice-clearing services
Notice Value(s)
- Tender Value
- £450,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Sep 20187 years ago
- Submission Deadline
- 15 Oct 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2020 - 31 Mar 2036 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF TOWER HAMLETS
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E14 2BG
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- TLI London
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Poplar
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/6d5ffb98-9b70-46e3-80f0-a3ae799918f0
12th September 2018 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-a153d179-31cd-42ed-950d-47db47e90f54-2018-09-12T16:39:09+01:00",
"date": "2018-09-12T16:39:09+01:00",
"ocid": "ocds-b5fd17-a153d179-31cd-42ed-950d-47db47e90f54",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "TOWER001-DN364937-04513837",
"title": "P5359 Waste and Recycling Collections and Cleansing Services Contract",
"description": "The contract is for the collection of household and commercial waste and recycling, street cleansing and ancillary services. It broadly covers the collection of waste from households, schools, charities, businesses, street cleaning, litter bin emptying, on-street waste and recycling containers, bulky waste collections, cleansing of parks and open spaces, market cleansing and waste collection, special events services and winter maintenance. Collected waste and recycling is to be delivered by the successful contractor to delivery points nominated by the contracting authority (see procurement documents). The contracting authority has a depot available for use in the provision of the services (see procurement documents). Economic operators may however prefer to use their own sites. Further information on the delivery points and the depot is provided in the procurement documents. The successful contractor will be required to provide vehicles and equipment for the provision of the services.This procurement is being undertaken pursuant to the competitive dialogue procedure using the electric tendering system www.londontenders.org ('portal'). Economic operators will need to register an interest on the portal in order to participate and the registration is free. All documentation available from and all communication to be conducted via the portal at https://londontenders.org.procontract/suppliers.nsf To express interest economic operators must complete the Selection Questionnaire (SQ) included in the portal documentation. The contracting authority's needs and requirements for the contract and background information are included in the procurement documents published with this notice. It is intended that this procurement will be a streamlined competitive dialogue. There will be no outline solutions stage. Economic operators are referred to the procurement documents for further information. The collection element of the services includes the following types of household waste: residual waste, dry recyclable waste, food waste and garden waste, clinical waste and bulky household waste. The commercial waste service will include residual waste and dry recyclable waste as a minimum. The contracting authority is keen to develop its commercial waste offering through the contract, and options particularly with regards to dry recyclable waste and the introduction of food waste collections are to be explored as part of the competitive dialogue. In relation to the provision of finance for vehicles and equipment which individually cost more than PS25,000.00 economic operators are referred to the procurement documents for information. Additional information: List and brief description of conditions: Will be detailed in the SQ pack. The contracting authority will require the contract to be with a legal entity. It reserves the right to require groups of economic operators to take a particular legal form or to require a single contractor to take prime liability. Members of any group shall be jointly and severally liable. Legal bodies shall be companies, partnerships or unincorporated joint ventures. Option to extend the contract for a period or periods of up to 8 years allowing for a maximum possible contract period of 16 years. The contracting authority reserves the right to abandon this procurement process at any stage and/or not to award any contract. The contracting authority is assessing the option of bringing the services in-house. It is anticipated that cabinet will make a decision on the 31 October 2018. Should Cabinet decide the in-house option, this procurement process may be abandoned in whole or in part or amended to reflect the Cabinet decision. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process. During the procurement the contracting authority will explore through dialogue if it can afford enhancements to the services, inter alia borough wide food waste collection services, and reserves the right to add to the services or omit services at its absolute discretion. The estimated value of PS450m for the entire possible contract period of 16 years is the top end of the range of value i.e. PS370m to PS450m estimated by the contacting authority. In arriving at this estimated range of value the contracting 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.",
"datePublished": "2018-09-12T16:39:09+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50760000",
"description": "Repair and maintenance of public conveniences"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
{
"scheme": "CPV",
"id": "90511000",
"description": "Refuse collection services"
},
{
"scheme": "CPV",
"id": "90511300",
"description": "Litter collection services"
},
{
"scheme": "CPV",
"id": "90630000",
"description": "Ice-clearing services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 370000000,
"currency": "GBP"
},
"value": {
"amount": 450000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialog",
"tenderPeriod": {
"endDate": "2018-10-15T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-04-01T00:00:00+01:00",
"endDate": "2036-03-31T23:59:59+01:00"
},
"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/6d5ffb98-9b70-46e3-80f0-a3ae799918f0",
"datePublished": "2018-09-12T16:39:09+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-55223",
"name": "London Borough of Tower Hamlets",
"identifier": {
"legalName": "London Borough of Tower Hamlets"
},
"address": {
"streetAddress": "Mulberry Place, 5 Clove Crescent",
"locality": "London",
"postalCode": "E14 2BG",
"countryName": "England"
},
"contactPoint": {
"name": "Ambia Begum",
"email": "procurement@towerhamlets.gov.uk",
"telephone": "+44 2073640783"
},
"details": {
"url": "http://www.towerhamlets.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-55223",
"name": "London Borough of Tower Hamlets"
}
}