Tender

Supply and Delivery of Refuse and Recycling Sacks

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2024/S 000-015452

Procurement identifier (OCID): ocds-h6vhtk-0459cd

Published 15 May 2024, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

jgasparette@hillingdon.gov.uk

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

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

Supply and Delivery of Refuse and Recycling Sacks

two.1.2) Main CPV code

  • 19640000 - Polythene waste and refuse sacks and bags

two.1.3) Type of contract

Supplies

two.1.4) Short description

The London Borough of Hillingdon (LBH) currently has a contract for the supply and delivery of refuse and recycling sacks. The existing contract is set to end towards 2024.

The Council aims to proceed to the market through an open tender for a new contract, as defined in Appendix A of the tender document pack. All Tender documentation need to be submitted by 18th June 2024.

LBH currently provide its residents with sacks to recycle a range of materials including, dry mixed recycling and food waste. the street cleansing services also utilise a range of sacks through day-to-day activities. LBH is committed to recycling as much waste as possible and continues to be one of the highest-performing London boroughs in this regard.

The contract estimated start date will be February 2025.

Contract Term is 3 + 2.

Please refer to our tender portal, www.capitalesourcing.com to register and access for the full suite of tender documents.

two.1.5) Estimated total value

Value excluding VAT: £2,290,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 19640000 - Polythene waste and refuse sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

The London Borough of Hillingdon (LBH) currently has a contract for the supply and delivery of refuse and recycling sacks. The existing contract is set to end towards 2024.

The Council aims to proceed to the market through an open tender for a new contract, as defined in Appendix A of the tender document pack. All Tender documentation need to be submitted by 18th June 2024.

LBH currently provide its residents with sacks to recycle a range of materials including, dry mixed recycling and food waste. the street cleansing services also utilise a range of sacks through day-to-day activities. LBH is committed to recycling as much waste as possible and continues to be one of the highest-performing London boroughs in this regard.

The contract estimated start date will be February 2025.

Contract Term is 3 + 2.

Please refer to our tender portal, www.capitalesourcing.com to register and access for the full suite of tender documents.

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: £2,290,000

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

Start date

5 February 2025

End date

4 February 2028

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of three (3) years extendable subject to applicable contractual terms and service review for a period of two (2)  years, giving a total of five (5) years (the term)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable subject to applicable contractual terms and service review for a period of two (2) years, giving a total of five (5) years (the Term).

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As specified in the tender documents

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

As specified in the tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

18 June 2024

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

15 May 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

Country

United Kingdom