Notice Information
Notice Title
Collection of Waste, Street Cleansing and Ancillary Services
Notice Description
Collection of Waste, Street Cleansing and Ancillary Services in Westminster City Council's administrative area. This VEAT notice is in respect of a proposed extension to the contract awarded in 2010. It is not the award of a new contract. See additional information at Sections II.2.4, IV.1.1 and Annex D.
Lot Information
Lot 1
The Council is not awarding a new contract, it is modifying an existing contract awarded to Veolia ES (UK) Limited ("Veolia") on 16th September 2010 to extend the term of the contract by a further three years. See further information at IV.1.1 and Annex D.
Procurement Information
This notice does not relate to the award of a new contract, but rather the modification of an existing contract described at Section II.2.4 above (the "2010 Contract"). The Council considers that the proposed modification to the 2010 Contract must necessarily be carried out by the current contractor pursuant to Regulation 72(1)(b) Public Contracts Regulations 2015 ('PCR') and is not 'substantial' pursuant to Regulation 72(1)(e) PCR. Accordingly the modification may lawfully be agreed between the parties and implemented without the need to conduct a fresh procurement procedure. Regulation 72(1)(b) PCR has been satisfied for the following reasons: * The Council considers that the current contractor must continue to provide the services for the extension period for economic and technical reasons as Veolia provides the depot sites for the services and there is no other suitable land currently available in the region. The Council has conducted a land availability exercise and is in the process of finding land to develop its own depot solution in order to offer these facilities to all potential bidders and thereby run a meaningful procurement exercise in the near future. * Soft market testing of the relevant waste industry, conducted by the Council, has shown that were the Council to advertise a relet of the services at this time, only the current contractor would be able to meet its tendered requirements, and this would likely be at a significantly higher price than the current contract for the same level of service, due to the lack of available land other than that held by the current contractor. Therefore a change of contractor would cause substantial duplication of costs for the Council. The Council's forecasting exercise shows that the extension period is commensurate with the period required to procure and develop its depot solution. Further, the value of the extension will not exceed 50% of the original contract value in accordance with Regulation 72(1)(b) PCR. The original contract value was PS518,000,000, the anticipated spend to 15 September 2024 is PS594,576,840 and the value of the proposed 3-year extension is PS201,085,686. Further, the proposed modification is not 'substantial' within the meaning set out in Regulations 72(1)(e) and 72(8) PCR for the following reasons: * The character of the 2010 Contract and the services to be delivered by the Contractor will remain substantially the same and is not rendered materially different in character from the one originally concluded. * The extended contract term would have made no difference to the outcome of the procurement had it been part of the initial procurement procedure. * The proposed extension does not considerably extend the scope of the 2010 Contract. * The proposed extension does not change the economic balance of the 2010 Contract in favour of the Contractor in a manner not provided for in the 2010 Contract. * There is to be no replacement of the contractor to whom the Council had initially awarded the 2010 Contract. Notwithstanding the above and without prejudice to the Council's reasons for considering the proposed modification to be permitted under Regulation 72 PCR, in the event that the proposed modification is deemed to be an award of contract under the PCR, it would in any case be permitted under Regulation 32(2)(b)(ii) PCR because competition is absent for technical reasons and no reasonable alternative or substitute exists, and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. As described above, market testing has demonstrated that the services can only be provided by the current contractor due to the lack of available land meaning that no other provider would currently be able to provide the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ee03
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023122-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90000000 - Sewage, refuse, cleaning and environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £795,662,526 £100M-£1B
Notice Dates
- Publication Date
- 8 Aug 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 7 Aug 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WESTMINSTER CITY COUNCIL
- 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
- SW1E 6QP
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI32 Westminster
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
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-h6vhtk-03ee03-2023-08-08T16:09:04+01:00",
"date": "2023-08-08T16:09:04+01:00",
"ocid": "ocds-h6vhtk-03ee03",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03ee03",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Collection of Waste, Street Cleansing and Ancillary Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
"mainProcurementCategory": "services",
"description": "Collection of Waste, Street Cleansing and Ancillary Services in Westminster City Council's administrative area. This VEAT notice is in respect of a proposed extension to the contract awarded in 2010. It is not the award of a new contract. See additional information at Sections II.2.4, IV.1.1 and Annex D.",
"lots": [
{
"id": "1",
"description": "The Council is not awarding a new contract, it is modifying an existing contract awarded to Veolia ES (UK) Limited (\"Veolia\") on 16th September 2010 to extend the term of the contract by a further three years. See further information at IV.1.1 and Annex D.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI32"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This notice does not relate to the award of a new contract, but rather the modification of an existing contract described at Section II.2.4 above (the \"2010 Contract\"). The Council considers that the proposed modification to the 2010 Contract must necessarily be carried out by the current contractor pursuant to Regulation 72(1)(b) Public Contracts Regulations 2015 ('PCR') and is not 'substantial' pursuant to Regulation 72(1)(e) PCR. Accordingly the modification may lawfully be agreed between the parties and implemented without the need to conduct a fresh procurement procedure. Regulation 72(1)(b) PCR has been satisfied for the following reasons: * The Council considers that the current contractor must continue to provide the services for the extension period for economic and technical reasons as Veolia provides the depot sites for the services and there is no other suitable land currently available in the region. The Council has conducted a land availability exercise and is in the process of finding land to develop its own depot solution in order to offer these facilities to all potential bidders and thereby run a meaningful procurement exercise in the near future. * Soft market testing of the relevant waste industry, conducted by the Council, has shown that were the Council to advertise a relet of the services at this time, only the current contractor would be able to meet its tendered requirements, and this would likely be at a significantly higher price than the current contract for the same level of service, due to the lack of available land other than that held by the current contractor. Therefore a change of contractor would cause substantial duplication of costs for the Council. The Council's forecasting exercise shows that the extension period is commensurate with the period required to procure and develop its depot solution. Further, the value of the extension will not exceed 50% of the original contract value in accordance with Regulation 72(1)(b) PCR. The original contract value was PS518,000,000, the anticipated spend to 15 September 2024 is PS594,576,840 and the value of the proposed 3-year extension is PS201,085,686. Further, the proposed modification is not 'substantial' within the meaning set out in Regulations 72(1)(e) and 72(8) PCR for the following reasons: * The character of the 2010 Contract and the services to be delivered by the Contractor will remain substantially the same and is not rendered materially different in character from the one originally concluded. * The extended contract term would have made no difference to the outcome of the procurement had it been part of the initial procurement procedure. * The proposed extension does not considerably extend the scope of the 2010 Contract. * The proposed extension does not change the economic balance of the 2010 Contract in favour of the Contractor in a manner not provided for in the 2010 Contract. * There is to be no replacement of the contractor to whom the Council had initially awarded the 2010 Contract. Notwithstanding the above and without prejudice to the Council's reasons for considering the proposed modification to be permitted under Regulation 72 PCR, in the event that the proposed modification is deemed to be an award of contract under the PCR, it would in any case be permitted under Regulation 32(2)(b)(ii) PCR because competition is absent for technical reasons and no reasonable alternative or substitute exists, and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. As described above, market testing has demonstrated that the services can only be provided by the current contractor due to the lack of available land meaning that no other provider would currently be able to provide the contract."
},
"awards": [
{
"id": "023122-2023-1",
"relatedLots": [
"1"
],
"title": "Collection of Waste, Street Cleansing and Ancillary Services",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-41271",
"name": "Veolia ES (UK) Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5427",
"name": "Westminster City Council",
"identifier": {
"legalName": "Westminster City Council"
},
"address": {
"streetAddress": "64 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1E 6QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rsharma1@westminster.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.westminster.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-41271",
"name": "Veolia ES (UK) Limited",
"identifier": {
"legalName": "Veolia ES (UK) Limited"
},
"address": {
"streetAddress": "210 Pentonville Road",
"locality": "London",
"region": "UKI",
"postalCode": "N1 9JY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5427",
"name": "Westminster City Council"
},
"contracts": [
{
"id": "023122-2023-1",
"awardID": "023122-2023-1",
"title": "Collection of Waste, Street Cleansing and Ancillary Services",
"status": "active",
"value": {
"amount": 795662526,
"currency": "GBP"
},
"dateSigned": "2023-08-08T00:00:00+01:00"
}
],
"language": "en"
}