Tender

New Spitalfields & Billingsgate Market Waste & Market Cleansing

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-019361

Procurement identifier (OCID): ocds-h6vhtk-04724c

Published 25 June 2024, 8:16am



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Robert.Pine@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.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

New Spitalfields & Billingsgate Market Waste & Market Cleansing

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 provision of waste management, cleansing, recycling and disposal of waste from New Spitalfields Market and Billingsgate Market. To include the full management of waste and market cleaning on both sites, this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of on average 12,500-13,500 tonnes of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

There will be an emphasis on continual improvement regarding recycling and sustainability with consideration to the waste hierarchy. There is an expectation that all waste will be recycled or repurposed with 0% of waste sent to landfill. Cost reduction innovations will also be expected from participating bidders.

All bids that have passed the Technical & Professional Ability (T&P) criteria set out in the ITT Pack regarding Lot 2 Billingsgate Market, will be measured against the current -in-house waste and site cleansing provision to ascertain best value. Therefore, the City may not award the contract if the bidder’s response has been evaluated and is not considered best value for the City.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

Billingsgate Market

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Billingsgate Market, Trafalgar Way, London E14 5ST

two.2.4) Description of the procurement

The provision of waste management, cleansing, recycling and disposal of waste from Billingsgate Market. To include the full management of waste and market cleaning , this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

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: £4,100,000

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

Duration in months

60

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

New Spitalfields Market

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

New Spitalfields Market, 23 Sherrin Rd, London E10 5SQ

two.2.4) Description of the procurement

The provision of waste management, cleansing, recycling and disposal of waste from New Spitalfields Market. To include the full management of waste and market cleaning , this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

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: £23,200,000

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

Duration in months

84

This contract is subject to renewal

No

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


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

5 August 2024

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 August 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value for Lot 1 is therefore £3,314,285 & Lot 2 is £820,000.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.1) Review body field of this contract award notice

London

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom