[TedS09F03ContractAwardNotice]

[Information]

[Published]

[DateDispatch]: 08/02/2022

[ExternalReference]: 2022-552576

[TedReference]: 2022/S 030-078357

[TedS09F03ContractAwardNotice]

Avis d’attribution de marché

Résultats de la procédure de marché

Directive 2014/24/UE

Section I: Pouvoir adjudicateur

I.1)

Nom et adresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Point(s) de contact: Sophie Eveso
Code NUTS:  UKI45 -  Lambeth
Adresse(s) internet:
Adresse principale: http://www.lambeth.gov.uk

I.4)

Type de pouvoir adjudicateur

Autorité régionale ou locale
I.5)

Activité principale

Services généraux des administrations publiques

Section II: Objet

II.1)

Étendue du marché

II.1.1)

Intitulé

Recycling, Waste Collection and Street Cleansing services
Numéro de référence:  EU Supply 36888
II.1.2)

Code CPV principal

90000000  - 
II.1.3)

Type de marché

Services
II.1.4)

Description succincte

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.1.6)

Information sur les lots

Ce marché est divisé en lots: non
II.1.7)

Valeur totale du marché

Valeur hors TVA:  277000000.00  GBP
II.2)

Description

II.2.2)

Code(s) CPV additionnel(s)

90500000  - 
90511100  - 
90511200  - 
90511300  - 
90511400  - 
90512000  - 
90513100  - 
90514000  - 
90533000  - 
90600000  - 
90610000  - 
90611000  - 
90612000  - 
90620000  - 
90630000  - 
90640000  - 
90690000  - 
90700000  - 
90712100  - 
90914000  - 
90918000  - 
90921000  - 
II.2.3)

Lieu d'exécution

Code NUTS:  UKI45 -  Lambeth
Lieu principal d'exécution:  
Lambeth
II.2.4)

Description des prestations

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)

Critères d’attribution

Critères énoncés ci-dessous
Coût  -  Nom:  Quality  /  Pondération:  50%
Coût  -  Nom:  Price  /  Pondération:  50%
II.2.11)

Information sur les options

Options: oui
Description des 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 sur les fonds de l'Union européenne

Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non

Section IV: Procédure

IV.1)

Description

IV.1.1)

Type de procédure

Dialogue compétitif
IV.1.8)

Information concernant l’accord sur les marchés publics (AMP)

Le marché est couvert par l'accord sur les marchés publics : oui
IV.2)

Renseignements d'ordre administratif

IV.2.1)

Publication antérieure relative à la présente procédure

Numéro de l'avis au JO série S: 2019/S 175-426414

Section V: Attribution du marché

Marché nº: 1

Intitulé: Recycling, Waste Collection and Street Cleansing services

Un marché/lot est attribué: oui
V.2)

Attribution du marché

V.2.1)

Date de conclusion du marché

08/02/2021
V.2.2)

Informations sur les offres

Nombre d'offres reçues:  2
Nombre d'offres reçues de la part de PME:  0
Nombre d'offres reçues de la part de soumissionnaires d'autres États membres de l'UE:  0
Nombre d'offres reçues de la part de soumissionnaires d'États non membres de l'UE:  0
Nombre d'offres reçues par voie électronique:  2
Le marché a été attribué à un groupement d'opérateurs économiques :  non
V.2.3)

Nom et adresse du titulaire

Serco Ltd
Serco House,16 Bartley Wood Way, Bartley Wood business Park, Hook,
Hampshire
RG27 9UY
UK
Code NUTS:  UKI -  LONDON

Le titulaire est une PME : non
V.2.4)

Informations sur le montant du marché/du lot (hors TVA)

Valeur totale du marché/du lot:  118700000.00  GBP

Section VI: Renseignements complémentaires

VI.3)

Informations complémentaires

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)

Procédures de recours

VI.4.1)

Instance chargée des procédures de recours

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