Tender

Residual Waste Contract

  • East London Waste Authority

F02: Contract notice

Notice identifier: 2024/S 000-020012

Procurement identifier (OCID): ocds-h6vhtk-03f9d7

Published 1 July 2024, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

East London Waste Authority

11 Burford Road

London

E15 2ST

Email

Procurement@lbbd.gov.uk

Telephone

+44 2082153000

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

https://eastlondonwaste.gov.uk/

Buyer's address

https://lbbd.bravosolution.co.uk/

one.3) Communication

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

https://lbbd.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://lbbd.bravosolution.co.uk/

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

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

https://lbbd.bravosolution.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Waste disposal


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Residual Waste Contract

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

East London Waste Authority (ELWA) is seeking to procure residual waste treatment services for Contract Waste delivered to the Contractor by the Authority.

The service requirements will be divided into three separate contract Lots, which will be based on an exclusivity percentage of ELWA’s Contract Waste, as follows:

Lot 1: Contract Waste: Exclusivity - 45% (circa. 148,950 tonnes per annum)

Lot 2: Contract Waste: Exclusivity - 30% (circa. 99,300 tonnes per annum)

Lot 3: Contract Waste: Exclusivity - 25% (circa. 82,750 tonnes per annum)

Applicants may apply for one, two or three Lots. The Authority will apply the selection criteria outlined in the procurement documents to limit the number of applicants taken through to the dialogue stage.

Bidders should note that, should they submit a Tender for more than one Lot, they must be able to deliver the Services in relation to each such Lot for which they are successful. Bidders should confirm, if submitting a Tender for more than one Lot, that it can deliver all of the relevant Services and tonnage in relation to all such Lots.

Although the Authority intends to conduct a staged procedure, it does not intend to reduce the number of bidders down during the dialogue stage by applying the award criteria.

two.1.5) Estimated total value

Value excluding VAT: £830,000,000

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: 3

two.2) Description

two.2.1) Title

Contract Waste: Exclusivity - 45% (circa. 148,950 tonnes per annum)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services
  • 90513200 - Urban solid-refuse disposal services
  • 90513300 - Refuse incineration services
  • 90513400 - Ash disposal services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

East London

two.2.4) Description of the procurement

ELWA was established on 1 January 1986 as a statutory joint waste disposal authority. It is responsible for the treatment and disposal of Local Authority Collected Waste collected by (or on behalf of) the London Boroughs of Barking and Dagenham, Havering, Newham and Redbridge (“the Constituent Councils”). This Residual Waste Contract is being procured to ensure Contract Waste is treated and disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals.

The lotted exclusivity percentage of 45% is a split of ELWA’s combined total residual waste.

The Contractor will be paid a monthly payment for the quantities of Contract Waste processed, minus any performance deductions.

ELWA’s existing sites at Jenkins Lane and Frog Island will be made available on a non-mandatory basis for the delivery of waste reception and transfer services. The operation of these facilities is not included in this contract and will be procured under a separate contract.

Bidders may propose their own reception and transfer point as part of their submission for each Lot. Bidders may provide a maximum of one reception and transfer point within the local area to accept Contract Waste directly.

Bidders may only propose a maximum of two Contractor Treatment Sites and must allocate an annual percentage of the awarded Lot size into each facility. The Authority will dialogue on any such split to consider any related logistical issues at the Authority Delivery Points, for instance to avoid partial loads.

The existing services are currently outsourced, and TUPE may apply.

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: £373,500,000

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

Duration in months

183

This contract is subject to renewal

Yes

Description of renewals

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

The anticipated start date of the contract is 23 December 2027.

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

The objective of the selection process is to assess SQ Responses in accordance with the pre-determined selection criteria and scoring allocation arrangements. Subject to there being a sufficient number of qualified Applicants, the Authority will select:

1. four Applicants, where two Applicants receive exactly the same score in relation to the Technical Selection Questions and are ranked in “joint third” place;

2. Three Applicants, in all other cases

These numbers are per lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

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

Contract Waste: Exclusivity - 30% (circa. 99,300 tonnes per annum)

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services
  • 90513200 - Urban solid-refuse disposal services
  • 90513300 - Refuse incineration services
  • 90513400 - Ash disposal services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

East London

two.2.4) Description of the procurement

ELWA was established on 1 January 1986 as a statutory joint waste disposal authority. It is responsible for the treatment and disposal of Local Authority Collected Waste collected by (or on behalf of) the London Boroughs of Barking and Dagenham, Havering, Newham and Redbridge (“the Constituent Councils”). This Residual Waste Contract is being procured to ensure Contract Waste is treated and disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals.

The lotted exclusivity percentage of 30% is a split of ELWA’s combined total residual waste.

The Contractor will be paid a monthly payment for the quantities of Contract Waste processed, minus any performance deductions.

ELWA’s existing sites at Jenkins Lane and Frog Island will be made available on a non-mandatory basis for the delivery of waste reception and transfer services. The operation of these facilities is not included in this contract and will be procured under a separate contract.

Bidders may propose their own reception and transfer point as part of their submission for each Lot. Bidders may provide a maximum of one reception and transfer point within the local area to accept Contract Waste directly.

Bidders may only propose a maximum of two treatment sites and allocate a percentage of the awarded Lot size into each facility. The minimum permissible allocation to such a facility shall be 20%.

The existing services are currently outsourced, and TUPE may apply.

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: £249,000,000

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

Duration in months

183

This contract is subject to renewal

Yes

Description of renewals

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

The anticipated start date of the contract is 23 December 2027.

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

The objective of the selection process is to assess SQ Responses in accordance with the pre-determined selection criteria and scoring allocation arrangements. Subject to there being a sufficient number of qualified Applicants, the Authority will select:

1. Four Applicants, where two Applicants receive exactly the same score in relation to the Technical Selection Questions and are ranked in “joint third” place;

2. Three Applicants, in all other cases,

These numbers are per lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

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

Contract Waste: Exclusivity - 25% (circa. 82,750 tonnes per annum)

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services
  • 90513200 - Urban solid-refuse disposal services
  • 90513300 - Refuse incineration services
  • 90513400 - Ash disposal services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

East London

two.2.4) Description of the procurement

ELWA was established on 1 January 1986 as a statutory joint waste disposal authority. It is responsible for the treatment and disposal of Local Authority Collected Waste collected by (or on behalf of) the London Boroughs of Barking and Dagenham, Havering, Newham and Redbridge (“the Constituent Councils”). This Residual Waste Contract is being procured to ensure Contract Waste is treated and disposed of through the most economic and sustainable solutions.

The successful contractor(s) will ensure Contract Waste is treated in accordance with the tendered proposals.

The lotted exclusivity percentage of 25% is a split of ELWA’s combined total residual waste.

The Contractor will be paid a monthly payment for the quantities of Contract Waste processed, minus any performance deductions.

ELWA’s existing sites at Jenkins Lane and Frog Island will be made available on a non-mandatory basis for the delivery of waste reception and transfer services. The operation of these facilities is not included in this contract and will be procured under a separate contract.

Bidders may propose their own reception and transfer point as part of their submission for each Lot. Bidders may provide a maximum of one reception and transfer point within the local area to accept Contract Waste directly.

Bidders may only propose a maximum of two treatment sites and allocate a percentage of the awarded Lot size into each facility. The minimum permissible allocation to such a facility shall be 20%.

The existing services are currently outsourced, and TUPE may apply.

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: £207,500,000

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

Duration in months

183

This contract is subject to renewal

Yes

Description of renewals

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

The anticipated start date of the contract is 23 December 2027.

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

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

The objective of the selection process is to assess SQ Responses in accordance with the pre-determined selection criteria and scoring allocation arrangements. Subject to there being a sufficient number of qualified Applicants, the Authority will select:

1. four Applicants, where two Applicants receive exactly the same score in relation to the Technical Selection Questions and are ranked in “joint third” place;

2. Three Applicants, in all other cases

These numbers are per lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract duration is ten (10) years, with the option to extend for any number of periods of any duration up to a maximum of five (5) years.

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

Applicants will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. The Authority expressly reserves the right to require an Applicant to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the Selection Questionnaire

three.1.3) Technical and professional ability

List and brief description of selection criteria

Applicants will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. Applicants should refer to further detailed information in the supplementary supporting documents, Selection Questionnaire or tender documentation


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-026103

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

Date

1 August 2024

Local time

12:00pm

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

16 September 2024

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom