Section one: Contracting authority
one.1) Name and addresses
East London Waste Authority
11 Burford Road
London
E15 2ST
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