Tender

Contract for Waste Collection and Street Cleaning

  • South Oxfordshire District Council
  • Vale of White Horse District Council

F02: Contract notice

Notice identifier: 2025/S 000-006154

Procurement identifier (OCID): ocds-h6vhtk-04e4d6

Published 20 February 2025, 12:19pm



Section one: Contracting authority

one.1) Name and addresses

South Oxfordshire District Council

Abbey House, Abbey Close

ABINGDON

OX143JE

Contact

Paul Fielding

Email

procurement@southandvale.gov.uk

Telephone

+44 1235422422

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.southoxon.gov.uk

one.1) Name and addresses

Vale of White Horse District Council

Abbey House, Abbey Close

Abingdon

OX143JE

Contact

Paul Fielding

Email

Procurement@southandvale.gov.uk

Telephone

+44 1235422422

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.whitehorsedc.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://sebp.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sebp.due-north.com/

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

Contract for Waste Collection and Street Cleaning

Reference number

2006

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

South Oxfordshire District Council and Vale of White Horse District Council (the Councils) are seeking to appoint a contractor to provide refuse collection and waste related services (including, residual waste, dry recyclables, green waste, food waste, clinical waste and bulky waste services) along with a broad portfolio of street cleansing services in order to achieve cross-border efficiencies.

The successful contractor will be required to deliver the services as set out in the Councils' specification.

The Councils will make available their existing fleets of vehicles and containers to the successful contractor required to deliver the services. The appointed contractor will not be required to fund the purchase or secure the acquisition of any major plant necessary to deliver the services but may have to arrange short term substitute vehicles whilst routine maintenance and servicing is undertaken.

The intention is for the Councils to establish a new depot at OX44 where the fleet can be operated from. However, there is the possibility for the depot to be located elsewhere within the South Oxfordshire/Vale of White Horse area and further details on this is set out in the procurement documents.

The Councils are not requiring the contractor to provide its own depot and/or fleet and/or containers in order to deliver the services.

two.1.5) Estimated total value

Value excluding VAT: £160,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 79342300 - Customer services
  • 79512000 - Call centre
  • 90511100 - Urban solid-refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511300 - Litter collection services
  • 90511400 - Paper collecting services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services
  • 90524100 - Clinical-waste collection services
  • 90610000 - Street-cleaning and sweeping services
  • 90640000 - Gully cleaning and emptying services
  • 90690000 - Graffiti removal services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

Contract Waste Collection including:

• Food Waste

• Dry Mixed Recycling

• Residual Waste

• Garden Waste

• Household Batteries

• Waste Electrical and Electronic Equipment (WEEE)

• Textiles

• Clinical Waste

Street Cleansing and Ancillary Services including:

• Cleansing of public highways and areas

• Removal of fly tipping, fly-posting and graffiti

• Emptying of litter, dog waste and on-street recycling bins

• Customer services

• Vehicle maintenance

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £160,000,000

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

Duration in months

192

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The duration stated in II2.7 represents the maximum duration of the contract.

The contract will be for an initial term of 8 years (with a break clause after 4 years), with the ability for the Councils to extend the duration for a further period(s) of up to 8 years.


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

The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain incentives. Contract conditions may relate to these considerations.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

Accelerated procedure

Justification:

It is thought likely that the contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial makeup or because of the risks attaching to them. However, the Councils reserve the right in their absolute discretion to award the contract on the basis of the evaluation of initial tenders should this prove to be feasible.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

24 March 2025

Local time

11:30pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 April 2025

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

Tender must be valid until: 28 February 2026


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders should note that the procurement documents relating to the second stage of this procurement (including the Invitation to Submit Initial Tenders) are draft documents at this stage, providing indicative information of the Councils' intended approach in the procurement process and are for general information only. The Councils reserve the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and return of the Standard Selection Questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) by the date and time specified in Section IV.2.2. The Councils reserve the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom