Section one: Contracting authority
one.1) Name and addresses
London Borough of Hammersmith & Fulham
Hammersmith Town Hall, King Street
London
W6 9JU
Country
United Kingdom
NUTS code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Waste Collection, Recycling and Street Cleansing Services Contract
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
London Borough of Hammersmith & Fulham (the “Authority”) invites expressions of interest from suitability qualified and experienced organisations for the provision of its Waste Collection, Recycling and Street Cleansing Services Contract (the “Contract”).
The services under the Contract will include waste collection and recycling services, cleansing services, and other supporting services (including container management, customer care and satisfaction, service requests and complaints management, and communications).
In addition to the core elements of the services, there are a number of services which are included in the procurement and in the potential scope of the Contract, which are more fully set out in the procurement documents, and referred to as ‘Provisional Services’ and ‘Anticipated Changes’.
The Authority intends to make site(s) available for the provision of the services. In relation to the provision of vehicles and any provision of finance for vehicles, interested applicants are referred to the procurement documentation for information.
Interested applicants are further directed to Section VI.3 below for further details in relation to the Contract, including information about the scope of services, length of contract and estimated value.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44613700 - Refuse skips
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 63712500 - Weighbridge services
- 63712600 - Vehicle refuelling services
- 79342200 - Promotional services
- 79342300 - Customer services
- 79342320 - Customer-care services
- 90500000 - Refuse and waste related services
- 90510000 - Refuse disposal and treatment
- 90511000 - 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
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90524100 - Clinical-waste collection 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
- 90690000 - Graffiti removal services
- 90700000 - Environmental services
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90914000 - Car park cleaning services
- 90918000 - Bin-cleaning services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
London Borough of Hammersmith and Fulham
two.2.4) Description of the procurement
The successful bidder (the “Contractor”) will provide the following services in the delivery of the Contract:
a) Waste Collection and Recycling Services:
a. Household Residual Waste collection;
b. Household Dry Recycling collection;
c. Household Food Waste collection (initially in the prototype scheme area of around 6000 homes with progressive expansion of the scheme during the initial stages of the contract as well as introduction in other relevant housing types);
d. Christmas Tree Recycling collection;
e. Household Bulky Waste collection;
f. Household WEEE collection;
g. Other non-domestic Waste and Recycling collection;
h. Commercial Waste and Dry Recycling collection;
i. Skips;
i.j. Clinical Waste; and
j.k. Garchey
b) Cleansing Services:
a. Mechanical and manual cleansing;
b. Public car parks cleansing;
c. Non-enclosed recreational parks and green open spaces;
d. Litter bin and specialised bins;
e. Clear All on designated roads;
f. Street washing;
g. Subways, bridges and footbridges;
h. Street markets cleansing;
i. Removal of fly-tipped materials and abandoned waste;
j. Fly posting removal;
k. Dead animals clearance;
l. Special events cleansing;
m. Public Drawdocks cleansing;
n. Seasonal leaf fall collection;
o. Weed control service on hardstanding areas; and
p. Winter maintenance
c) Other Services:
a. Container Management;
b. Customer Care and Satisfaction;
c. Service Requests and Complaints Management; and
d. Communications.
Furthermore, the Contractor may be required to provide the following Provisional Services:
a. Further roll out of the wheeled bin scheme beyond the prototype scheme area, for the collection of residual waste and dry recycling in street level and basement properties; and
b. Household Garden Waste collection;
The Contractor may also be required to make the following Anticipated Changes to the services:
a. Commercial Waste services (sales and marketing);
b. Commercial Food Waste collection;
c. Graffiti and pasted fly posting removal;
d. Clinical Waste;
e.d. Materials management services; and
f.e. Fuel provision.
The Authority may require the Contractor to provide the Provisional Services and Anticipated Changes under the Contract, but does not commit to doing so. The procurement documents provide further information about these elements of the services.
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: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
213
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (included in draft with the procurement documentation made available with this contract notice).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
23 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 September 2021
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In the delivery of the Contract, the Authority requires the achievement of the following key strategic outcomes:
Strategic Outcome 1: Residents and customers are at the centre of service delivery. The Authority and the Contractor involve residents and customers in the co-production of Services, doing things with them and not to them. The needs of residents and customer are addressed in a compassionate, friendly and efficient way.
Strategic Outcome 2: The Contractor delivers maximum value for money for the cost of the Services so that the Authority is a ruthlessly financially efficient organisation and builds shared prosperity in the Authority Area.
Strategic Outcome 3: Technological change is embraced throughout the Contract Period and opportunities offered by rapid technological advancements are harnessed.
Strategic Outcome 4: The Contractor delivers solutions to support the Authority continuously reduce Waste and increase the Recycling and Composting performance so that the recycling and composting standards achieved in the Authority contribute to the Mayor of London’s recycling and composting targets in the London Environment Strategy for local authorities to collectively recycle 50% of Local Authority Collected Waste by 2025.
Strategic Outcome 5: The parties rise together to the challenge of the climate and ecological emergency. The Contractor reduces the greenhouse gas (GHG) emissions from the operations of the Services to work towards the achievement of the Authority’s goal to become carbon neutral by 2030 and contribute to the Mayor of London’s Emissions Performance Standard (EPS).
Strategic Outcome 6: The parties work together to ensure residents and customers take pride in their local area. The Contractor keeps the Authority Area clean, welcoming and well maintained.
The procurement is undertaken pursuant to the competitive dialogue procedure. Economic operators will need to register on the portal in order to participate and the registration is free. All procurement documentation is available from and all communication is to be conducted via the portal at www.capitalesourcing.com .
Broadly, to express interest economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation. The Authority’s needs and requirements for the Contract are included in the procurement documentation.
Following submissions of the completed SQs, the Authority will apply the selection stage criteria, as set out in the procurement documentation. The Authority intends to select up to five (5) economic operators to progress from the SQ stage to the invitation to participate in dialogue and invitation to submit detailed solutions stage. The Authority will then commence dialogue with the bidders who have passed the SQ Stage and at the conclusion of these dialogue meetings, bidders will be required to submit their detailed solutions.
Following evaluation of detailed solutions the Authority will invite all the bidders to detailed dialogue sessions. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.
TUPE is likely to apply to this procurement.
Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the Authority.
The procurement is being managed through the Authority's procurement portal CapitalESourcing: https://www.capitalesourcing.com.
To be able to access the Selection Questionnaire, Selection Questionnaire Guidance and the draft procurement documents, economic operators will need to register their company details on the portal.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom