Back to tenders & grants page
United Kingdom-London: Sewage, refuse, cleaning and environmental services Consumer Goods & Services United Kingdom-London: Sewage, refuse, cleaning and environmental services
Receive Tenders like this by email

United Kingdom-London: Sewage, refuse, cleaning and environmental services

United Kingdom-London: Sewage, refuse, cleaning and environmental services has been closed on 02 Aug 2021. It no longer accepts any bids. For further information, you can contact the London Borough of Lambeth (n/a)

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

London Borough of Lambeth (n/a)

Industry:

Consumer Goods & Services

Status:

Closed

Timeline

Published:

02 Nov 2022

Deadline:

02 Aug 2021

Value:

277000000

Contacts

Name:

Sophie Eveso

Description

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: London Borough of Lambeth
National registration number: n/a
Postal address: Town Hall, Brixton Hill
Town: London
NUTS code: UKI45 Lambeth
Postal code: SW2 1RW
Country: United Kingdom
Contact person: Sophie Eveso
E-mail: [email protected]
Internet address(es):
Main address: http://www.lambeth.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
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.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 277 000 000.00 GBP
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
NUTS code: UKI45 Lambeth
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
Cost criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Price / Weighting: 50%
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
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 175-426414
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

Recycling, Waste Collection and Street Cleansing services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
08/02/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Serco Ltd
Postal address: Serco House,16 Bartley Wood Way, Bartley Wood business Park, Hook,
Town: Hampshire
NUTS code: UKI London
Postal code: RG27 9UY
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 118 700 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

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
Official name: High Court of Justice of England and Wales
Postal address: Strand
Town: London
Postal code: WC2A
Country: United Kingdom
VI.5)Date of dispatch of this notice:
08/02/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:78357-2022:DATA:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more