Opportunity

Framework Agreement for the Provision of Tipping General and Recycle Waste

  • Transport for London

F05: Contract notice – utilities

Notice reference: 2024/S 000-006078

Published 26 February 2024, 11:41am



The closing date and time has been changed to:

28 March 2024, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Himali Serasinghe Yapa

Email

himali.basnayake@tfl.gov.uk

Telephone

+44 7925353441

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.tfl.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.tfl.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.tfl.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.tfl.gov.uk

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Tipping General and Recycle Waste

Reference number

WS1652183141

two.1.2) Main CPV code

  • 90533000 - Waste-tip management services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for London (TfL) is seeking to award a single zero value framework agreement for the provision of tipping general and recyclable waste, based on the most economically advantageous tender received. The framework will split into 3 lots (detailed in Section II.2).

Bidders can submit proposals for up to 2 lots. If submitting for 2 lots, bidders may submit proposals for Lot 1 and Lot 3 or Lot 2 and Lot 3 only (not for Lot 1 and Lot 2).

This is a 2 stage process, firstly a prequalification stage which requires the submission of a Supplier Selection Questionnaire. The second stage is an Invitation to Submit Initial Tender. Conditions for Bidders to be invited to the second stage are detailed in the tender documentation.

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 3 OR Lot 2 and Lot 3.Please note proposals for Lot 1 and Lot 2 will not be accepted.If a bidder submits a proposal for Lot 1 and Lot 2, the contracting authority will contact the bidder to confirm which proposal should be considered.

two.2) Description

two.2.1) Title

Lot 1: Waste management sites within an 8 mile radius of Acton Town Depot for the tipping general waste requiring 24hr/7 day access

Lot No

1

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

A minimum of one waste management site required within an 8 mile radius of Acton Depot, Bollo Lane, London, W3 8BZ for general, commercial and domestic waste tipping, requiring 24hr/7 day access.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract is subject to renewal for up to 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2: Waste management sites within an 8 mile radius of Westminster LUL Station for tipping general waste

Lot No

2

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

A minimum of one waste management site required within an 8 mile radius of Westminster LUL Station, Bridge Street, London, SW1A 2JR for general, commercial and domestic waste tipping (does not require 24hr/7 day access).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract is subject to renewal for up to 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Waste management sites within an 8 mile radius of Acton Town for tipping recyclable waste

Lot No

3

two.2.2) Additional CPV code(s)

  • 90533000 - Waste-tip management services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

A minimum of one waste management site required within an 8 mile radius of Acton Depot, Bollo Lane, London, W3 8BZ for recyclable waste tipping (does not require 24hr/7 day access).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract is subject to renewal for up to 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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.2.3) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

6 March 2024

Local time

12:00pm

Changed to:

Date

28 March 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

PLEASE READ: TfL use the e-tendering platform SAP Ariba for all its procurement activities. In order to access the tender documents, suppliers need to be registered as an approved TfL supplier within SAP Ariba and subsequently added to the sourcing project.

To register your company please in the first instance please email the Procurement Lead, Himali Basnayake on Himali.Basnayake@tfl.gov.uk, with the following information:

- Full legal company name and registered address

- Contact first name and surname

- Contact job title

- Contact email address

- Contact phone number

Alternatively, to self register, visit the following link:

https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=qI4ZAflFZ0CrQrZW&realm=TfL&dard=1

Once approved (or if you are already an approved supplier) please email Himali Basnayake on Himali.Basnayake@tfl.gov.uk and request to be added to the sourcing event where you will be able to access the full suite of tender documentation.

If you have any issues registering please contact the SAP Ariba Enablement Team on ariba_supplier_enablement@tfl.gov.uk.

six.4) Procedures for review

six.4.1) Review body

HM High Courts and Tribunal Service

London

WC2A 2LL

Country

United Kingdom