Contract notice

Information

Published

Date of dispatch of this notice: 06/09/2019

Expire date: 08/10/2019

External Reference: 2019-519727

TED Reference: 2019/S 175-426414

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Sophie Eveso
Telephone: +44 2079261916
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29857&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Recycling, Waste Collection and Street Cleansing services
Reference number:  EU Supply 36888
II.1.2)

Main CPV code

90000000  -  Sewage, refuse, cleaning and environmental services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth (the Authority) invites Expressions of Interest from suitably qualified and experienced organisations in relation to the Contract for the provision of the Recycling, Waste Collection and Street Cleansing Services, to include collection of waste and recycling; street cleansing across the borough and housing estates; management of containers; communication, education and outreach; operating the re-use and recycling centre; commercial waste sales; and disposal of food and garden waste (for which the Authority wishes to test a second Service Delivery Options. Some services will be included as a provisional item, to be confirmed at a later date.
The Authority is conducting this procurement through the competitive dialogue procedure of the Public Contracts Regulations 2015.
The Contract will be for an initial term of 6 years, followed by the ability to extend, from 1 year to 8 years, subject to not exceeding the maximum contract length of 14 years.
II.1.5)

Estimated total value

Value excluding VAT: 294000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

90500000  -  Refuse and waste related services
90511100  -  Urban solid-refuse collection services
90511200  -  Household-refuse collection services
90511300  -  Litter collection services
90511400  -  Paper collecting services
90512000  -  Refuse transport services
90513100  -  Household-refuse disposal services
90514000  -  Refuse recycling services
90533000  -  Waste-tip management services
90600000  -  Cleaning and sanitation services in urban or rural areas, and related services
90610000  -  Street-cleaning and sweeping services
90611000  -  Street-cleaning services
90612000  -  Street-sweeping services
90620000  -  Snow-clearing services
90630000  -  Ice-clearing services
90640000  -  Gully cleaning and emptying services
90690000  -  Graffiti removal services
90700000  -  Environmental services
90712100  -  Urban environmental development planning
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

Main site or place of performance:  
Lambeth
II.2.4)

Description of the procurement

The Authority will implement the procurement procedure in successive stages.
- Selection Questionnaire Stage (SQ Stage)
To express interest economic operators must complete and submit a request to participate in the procurement by completing and returning responses to the Selection Questionnaire in accordance with the instructions set out in the procurement documentation. The Contracting Authority’s needs and requirements for the contract and descriptive document are included in the procurement documents published with this notice
This procurement is being undertaken pursuant to the competitive dialogue procedure using an electronic tendering system - the EU-Supply Portal. Economic operators will need to register an interest on the portal in order to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29857&B=LBLAMBETH.
Following the submission of the completed Selection Questionnaires, the Authority will apply the selection criteria, as set out in the procurement documentation. The Authority intends to select up to four (4) economic operators to progress from the SQ stage to the ISDS stage.
- Invitation to Submit Detailed Solutions (ISDS Stage)
The Authority will commence dialogue with the bidders who have been selected from the previous stage. The Authority will hold dialogue meetings with each of the bidders. At the conclusion of the dialogue meeting, bidders will be required to complete their Detailed Solutions submissions. Following the submission of the Detailed Solutions, the Authority will apply the award criteria, as set out in the procurement documentation.
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 waste collection and cleansing elements of the services are set out in the Descriptive Document which is included in the procurement documents. The Contracting Authority is seeking a single contractor to provide waste collection, street cleansing, housing estate cleaning and a range of ancillary services for a period of 6 years, extendable up to a further 8 years.
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: 294000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 4
Objective criteria for choosing the limited number of candidates:
As indicated in the procurement documents
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contract will be for an initial term of 6 years, with the option to extend for period(s) up to a further 8 years
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: 2019/S 105-255882
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/10/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/11/2019
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The Contracting Authority has a depot available for use in the provision of the services (see procurement documents). Further information on the delivery points and the depot is provided in the procurement documents. The Contracting Authority will provide the majority of vehicles for the provision of the services (see procurement documents).
TUPE is likely to apply to this procurement.
Tenderers may be asked to tender against a number of options for service delivery in order to explore the solution that best meets the Council’s needs.
The Authority may include the treatment of food or mixed organic waste through this contract but does not commit to do so. During the procurement the Contracting Authority will explore through dialogue , without limitation, the treatment of food waste, communication, education and outreach, commercial waste services (sales and marketing), graffiti and fly posting removal and Vale Street Re-use and Recycling Centre.
The Contracting Authority reserves the right to abandon this procurement process at any stage and/or not to award any contract. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process.
The estimate value of [£294,000,000 ]GBP for the entire possible contract period of 14 years is the top end of the range value i.e. [£196,000,000]GBP to [£294,000,000]GBP estimated by the contracting authority. In arriving at the 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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A
UK