Section one: Contracting authority
one.1) Name and addresses
Luton Council
Town Hall, George Street
Luton
LU1 2BQ
Contact
Mr Mark Stagg
Country
United Kingdom
Region code
UKH21 - Luton
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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
AT1215 Resources and Waste Management Contract
Reference number
DN688445
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
Luton Borough Council is a unitary local authority that provides waste collection and disposal services to some 78,900 households. The Authority provides a range of waste collection services including residual, dry recycling, garden waste collections. Additional waste streams handled by the Authority include bulky wastes, commercial waste, clinical and street cleansing wastes.
The Authority is seeking to engage the market and begin open dialogue with suitably experienced and qualified providers for:
• the operation, management and maintenance of the Kingsway Facility and the two HWRC Facilities for the reception of waste streams that are currently managed by the Authority, as well as future waste streams that the Authority may collect following the Environment Act reforms;
• essential works in relation to the modification of the Kingsway Facility into a transfer loading station and upgrade of the HWRC Facilities in addition to any regulatory works that may be required within the Contract Term; and,
• the provision of waste treatment and recycling services for waste streams that are currently managed by the Authority (with the exception of Collected Garden Waste which will be procured separately), as well as future waste streams arising from the streaming of the current comingled dry mixed recycling service, that the Authority may collect following the Environment Act reforms.
The Environment Act (2021) may require the Authority to alter and augment its current household waste services, through the introduction of a source separated food waste collection, and separately, through the streaming of the current comingled dry mixed recycling service.
It is our intention to discuss during dialogue solutions across the scope of the service requirements to identify efficiencies, service improvement opportunities, waste reduction and increased recycling that could be included in the final Contract Documents
To access this competition and selection questionnaire: https://procontract.due-north.com
two.1.5) Estimated total value
Value excluding VAT: £135,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
The full description can be found within the procurement documents at https://procontract.due-north.com
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: £135,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2032
This contract is subject to renewal
Yes
Description of renewals
One option to extend up to a further 2 years.
Any extension shall be at the discretion of the Authority
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants will be assessed on the basis of the information provided in response to the Selection Questionnaire
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-007084
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
Country
United Kingdom