Section one: Contracting authority
one.1) Name and addresses
The London Borough of Havering
Town Hall, Main Road
Romford
RM1 3BB
Contact
Peter Gay
IntegratedPublicRealm@havering.gov.uk
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
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
Integrated Recycling, Waste Collection and Street Cleansing 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 Havering (the “Authority”) invites expressions of interest from suitably qualified and experienced organisations for the provision of its Integrated Recycling, Waste Collection and Street Cleansing Contract (the “Contract”).
The services under the Contract will include waste collection and recycling services, cleansing services, and other supporting services.
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 is in the process of developing a depot solution for the Waste and Recycling Services, which shall be a matter of dialogue with the Bidders and interested applicants are referred to the procurement documentation for information. The Authority intends to make some site(s) available for the provision of the Services. The Contractor may also make their own depot/facilities 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: £176,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 90500000 - Refuse and waste related services
- 90511000 - Refuse collection services
- 90511200 - Household-refuse collection services
- 90511300 - Litter collection services
- 90511400 - Paper collecting services
- 90512000 - Refuse transport 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
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
London Borough of Havering
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 Garden Waste collection;
d. Household Bulky Waste and White Goods collection;
e. Household Clinical Waste collection;
b) Cleansing Services:
a. Mechanical and manual cleansing;
b. Litter bin;
c. Intensive cleaning and hot spot work;
d. Subways, bridges and footbridges;
e. Car parks cleansing;
f. Market Area cleansing;
g. Public convenience;
h. Removal of fly-tipped materials and abandoned waste;
i. Graffiti and fly posting removal;
j. Dead animals clearance;
k. Seasonal leaf fall management;
l. Weed control service on hardstanding areas;
m. Special events cleansing;
n. High speed road cleansing; and
o. Salt/grit bins.
c) Other Services:
a. Container Management;
b. Out of hours and emergency service
Furthermore, the Contractor may be required to provide the following Provisional Services:
a) Commercial Waste collection
b) Commercial Dry Recycling collection
The Contractor may also be required to make Anticipated Changes to the services during the Contract, which are more fully set out in the procurement documents.
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.
In the delivery of the Contract, the Authority requires the achievement of the following key strategic outcomes:
Strategic Outcome 1: The Contractor delivers waste collection and street cleansing services which make Havering Cleaner, Safer, Prouder, Together. The Contract:
• improves the way in which Havering looks and feels;
• makes Havering a cleaner and tidier place;
• makes people feel better about their surroundings; and
• makes a positive impact on social, environmental and economic sustainability.
Strategic Outcome 2: The Contractor delivers maximum value for money for the cost of the Services and achieves the Authority’s outcome of maintaining and enhancing its financial position.
Strategic Outcome 3: The parties work together and share their respective responsibilities to implement the waste hierarchy. The Contractor delivers solutions to help the Authority continuously reduce waste and increase the recycling and composting performance. Key Performance Indicators (KPIs) are set to monitor and report performance. These actions contribute positively to work towards:
• the achievement of the recycling targets set out in the local plans, including the Reduction and Recycling Plans, Our Waste, Our Resources Strategy and the prevailing East London Joint Waste Strategy. The recycling and composting targets 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; and
• the reduction of the greenhouse gas (GHG) emissions from the operations of the services to work towards the achievement of the Mayor's Emissions Performance Standard (EPS) and the Havering Climate Action Plan.
Strategic Outcome 4: Technological change is embraced throughout the Contract and opportunities offered by rapid technological advancements are harnessed.
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 https://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.
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: £176,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
192
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
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
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
11 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 November 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
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 three (3) 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. Interested economic operators are recommended to check that they can access the documents, and any problems should be reported to the helpdesk at CapitalESourcing.
The Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. The Authority further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly.
The estimated value at Sections II.1.5 and II.2.6 is for the entire maximum possible contract period of 16 years. In arriving at the estimated value, the Authority has considered without limitation current value of the services, impact of growth and potential key service change to be permitted under the Contract. However, the estimated value does not take into account indexation of the contract price, which is anticipated to be a mechanism under the Contract, the specific terms of which are to be further explored through dialogue. It is worth noting that should the Anticipated Changes be introduced during the Contract, the estimated value could increase to £262.3m.
The duration provided at Section II.2.7 is for the entire maximum possible contract period. The initial contract period is for 8 years, but may be extended by up to a further 8 years.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the Selection Questionnaire and the procurement process as a whole. Under no circumstances will the Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
Applicants should note that the procurement documentation provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documentation and final details and versions will be confirmed to those applicants who are invited to participate in dialogue.
six.4) Procedures for review
six.4.1) Review body
The High Court
WC2A 2LL
London
WC2A 2LL
Country
United Kingdom