Published date: 12 September 2018

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 15 October 2018

Contract summary

Industry

  • Repair and maintenance of public conveniences - 50760000

  • Refuse and waste related services - 90500000

  • Refuse disposal and treatment - 90510000

    • Refuse collection services - 90511000

    • Litter collection services - 90511300

    • Ice-clearing services - 90630000

Location of contract

London

Value of contract

£370,000,000 to £450,000,000

Procurement reference

TOWER001-DN364937-04513837

Published date

12 September 2018

Closing date

15 October 2018

Contract start date

1 April 2020

Contract end date

31 March 2036

Contract type

Service contract

Procedure type

Competitive dialog

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


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 £25,000.00 economic operators are referred to the procurement documents for information.


More information

Additional text

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 £450m for the entire possible contract period of 16 years is the top end of the range of value i.e. £370m to £450m 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.


About the buyer

Contact name

Ambia Begum

Address

Mulberry Place
5 Clove Crescent
London
E14 2BG
England

Telephone

+44 2073640783

Email

procurement@towerhamlets.gov.uk

Website

http://www.towerhamlets.gov.uk