Tender

P5359 Waste and Recycling Collections and Cleansing Services Contract

LONDON BOROUGH OF TOWER HAMLETS

This public procurement record has 1 release in its history.

Tender

12 Sep 2018 at 15:39

Summary of the contracting process

The London Borough of Tower Hamlets is currently procuring a contract titled "P5359 Waste and Recycling Collections and Cleansing Services Contract" for essential waste management services. This competitive dialogue procurement seeks participants for the collection of residential and commercial waste, street cleansing, and associated services, with a procurement method classified as selective. The tender period closes on 15 October 2018, and the contract is projected to commence on 1 April 2020, lasting until 31 March 2036. The estimated contract value ranges between £370 million and £450 million, with service delivery focused within the London region.

This tender presents significant growth opportunities for businesses within the waste management and environmental services sector. Companies specialising in waste collection, recycling, and street cleansing would be particularly well-suited to compete, especially those capable of providing equipment and vehicles tailored to these services. The competitive dialogue approach allows suppliers to propose innovative solutions, including enhancements to the commercial waste offerings, making this a prime opportunity for SMEs looking to expand their market presence in London.

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

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.

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

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

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-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"
    }
}