Tender

AT1215 Resources and Waste Management Contract

  • Luton Council

F02: Contract notice

Notice identifier: 2023/S 000-028687

Procurement identifier (OCID): ocds-h6vhtk-03b1e3

Published 28 September 2023, 4:43pm



Section one: Contracting authority

one.1) Name and addresses

Luton Council

Town Hall, George Street

Luton

LU1 2BQ

Contact

Mr Mark Stagg

Email

procurement@luton.gov.uk

Country

United Kingdom

Region code

UKH21 - Luton

Internet address(es)

Main address

http://www.luton.gov.uk

Buyer's address

http://www.luton.gov.uk

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