Section one: Contracting authority
one.1) Name and addresses
London Borough of Merton
Civic Centre, London Rd
Morden
SM4 5DX
commercial.services@merton.gov.uk
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste & Recycling Collection Services
Reference number
DN687913
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Merton (the “Council ”) invites expressions of interest from suitably qualified and experienced organisations for the provision of its commercial and domestic recycling and waste collection services within the Council’s administrative area (the “Contract”).
In addition to the commercial and domestic waste collection requirements, the Council’s requirement also includes:
• maintenance of the Council’s fleet (vehicles used to deliver the waste collection services (Service Vehicles) as well as other vehicles used by the Council (Non Service Vehicles))
• winter maintenance services including gritting and related services
• purchase or hire of Service Vehicles and Non-Service Vehicles on behalf of the Council during the term of the Contract. For the avoidance of doubt, such Vehicle purchases or hire arrangements are intended to be covered within the scope of this procurement and the expected value of such purchases are taken into account in the overall valuation of the Contract set out in the contract notice. For further information on the provision of Vehicles, interested applicants are referred to the procurement documentation.
• purchase of goods required for the delivery of the services, as further described within the procurement documentation.
• Routine maintenance and cleaning of the Depot(s) made available by the Council for provision of the Services.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
- 44613800 - Containers for waste material
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 63712500 - Weighbridge services
- 63712600 - Vehicle refuelling services
- 90620000 - Snow-clearing services
- 90918000 - Bin-cleaning services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The London Borough of Merton is inviting tenders, from those suppliers shortlisted in the initial Supplier Selection stage, to provide Household Waste & Recycling Materials collection including communication of the services, Commercial Waste collection including communication of the services, Winter Maintenance services and Vehicle Maintenance services for the Borough.
Please note, that a signed confidentiality letter will need to be signed in order for the full suite of tender documents to be shared.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Carbon Reduction Committment / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
288
This contract is subject to renewal
Yes
Description of renewals
There are 2 further extension periods of up to 8 years each.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 March 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom