Opportunity

Waste Collection, Cleaning and Vehicle Maintenance Service Contract 2025

  • London Borough of Croydon

F02: Contract notice

Notice reference: 2023/S 000-029104

Published 3 October 2023, 1:05pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Croydon

8 Mint Walk

Croydon

CR0 1EA

Contact

Margaret Archibong

Email

Margaret.Archibong@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.croydon.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/croydontenders/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/croydontenders/

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

Waste Collection, Cleaning and Vehicle Maintenance Service Contract 2025

Reference number

LBC/TN/54

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

The London Borough of Croydon is seeking bids for the provision of efficient and effective waste collection andrecycling services and street cleansing services from April 2025. The contract will include the following services; -household residual waste - household food waste - household dry recycling - household garden waste - householdbulky waste - commercial waste - street cleansing services - winter maintenance - waste Transfer Station operation.This opportunity is available on the Croydon Tenders Portal via: https://in-tendhost.co.uk/croydontenders/

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90620000 - Snow-clearing services
  • 90524100 - Clinical-waste collection services
  • 34140000 - Heavy-duty motor vehicles
  • 50111110 - Vehicle-fleet-support services
  • 90610000 - Street-cleaning and sweeping services
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 90511000 - Refuse collection services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 34350000 - Tyres for heavy/light-duty vehicles
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon is seeking bids for the provision of efficient and effective waste collection and recycling services and street cleansing services from April 2025. The contract will include the following services; - household residual waste - household food waste - household dry recycling - household garden waste - household bulky waste - commercial waste - street cleansing services - winter maintenance - clinical waste collection - waste transfer station operation Given the current Government consultation on waste policy, it is our intention to discuss, during dialogue: - the current Government consultation on waste policy, and its potential impact on the services; - social value and opportunities for reducing the carbon footprint of the services; - options for reducing costs through available, vehicle financing models; - options for developing the Council depot facilities; -other topics required by the Council as required. The minimum turnover requirement for this contract is £40,000,000 (being two times the annual contract value). Applicants must also meet certain financial ratios, which are set out in more detail in the guidance for completion of the SelectionQuestionnaire. It is our intention to run the procurement using the Competitive Dialogue process in line with Regulation 30 Public Contracts Regulations 2015. Variants will not be accepted.(DETAILS FROM ADDITIONAL INFORMATION SECTION) The Council is using the Croydon Tenders portal to conduct this exercise, which can be accessed using this link https://in-tendhost.co.uk/croydontenders/ The use of this system allows a full audit trail of communication with providers to ensure fair treatment as well as to maintain full confidentiality.If you require assistance in using the Croydon Tenders portal please contact their Support Helpdesk by email support@in-tend.co.uk for all support issues. This will auto-log a support ticket. On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets. In emergency situations you can contact their Support Service Desk on 0845 557 8079 / +44 (0) 114 407 0065. Please note the Support Service Desk will not be able to answer any market test specific enquiries. In accordance with the Public Contract Regulations 2015 the Council is permitted to use the competitive dialogue procedure as the needs of the contracting authority cannot be met without adaptation of readily available solutions and the contract cannot be awarded without competitive dialogue because of specific circumstances related to the nature, the complexity or the legal and financial makeup or because of risks attaching to them.

two.2.5) Award criteria

Quality criterion - Name: Quality/weighting / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for up to two periods, each period of up to eight (8) years subject to agreement bythe London Borough of Croydon and the successful bidder.

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

two.2.14) Additional information

Please see additional information in II.2.4


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

9 November 2023

Local time

12:00pm

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

20 November 2023

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

Tender must be valid until: 7 November 2024


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

The High Court of Justice

The Strand, London

Country

United Kingdom

Internet address

http://www.croydon.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any proceedings must be brought in the High Court of England and Wales. The Council will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Off ice

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

Internet address

http://www.croydon.gov.uk