Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 14th Nov 2023

Tender Details
Referenceocds-h6vhtk-04180c
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£260,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 14th Nov 2023

Tender Details
Referenceocds-h6vhtk-04180c
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£260,000

Section I: Contracting authority

I.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Samuel Ward

Email

samward1 [at] tfl.gov.uk

Telephone

+44 07599974088

Country

United Kingdom

NUTS code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://tfl.gov.uk/

I.3) Communication

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

https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL

Additional information can be obtained from the above-mentioned address

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

http://TfL.sourcing-eu.ariba.com

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

London River Services Refuse Collection

Reference number

tfl_scp_002430

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

London River Services forming as part of Transport for London are seeking the provision of a Refuse Collection Service across their eight piers (Greenwich, Tower, Bankside, Blackfriars, Festival, Embankment, Westminster and Millbank Pier).

The procurement is for a Refuse Collection Service agreement for an initial term of two (2) years with the option at Transport for London's sole discretion to extend up to a further two (2) years.

II.1.5) Estimated total value

Value excluding VAT: £260,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 60600000 - Water transport services

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

London River Services (LRS) owns eight piers (Greenwich, Tower, Bankside, Blackfriars, Festival, Embankment, Westminster and Millbank Pier) along the River Thames and is responsible for the maintenance, including refuse collection.

Currently, general refuse is collected from all eight piers 3 times per week. All piers have large wheelie bins where rubbish sacks are placed by the pier cleaning contractors. The loose bags are then transferred to a storage barge and transported to a waste recycling facility.

In addition to the general collections, ad-hoc collections are required if items are fly tipped onto TfL piers which does occasionally happen. If the boats who fly tip rubbish can be identified, the bill for the removal costs will be sent to them however this is not always possible.

Refuse from piers are collected by boat as most piers have very limited roadside access and navigating a waste collection vehicle near to a pier is difficult.

Due to the tidal nature of the river Thames the access brows onto piers can be very steep at low tide making it unsafe to try and manoeuvre large wheelie bins on and off piers. This would also have operational impacts as pedestrians would also be using the narrow access brows at the same time as a road-based waste contractor are accessing the pier.

The rubbish collection barge is able to come alongside the pier in between scheduled boat services and transfer the loose waste bags without impacting the pier operation or customers activities.

The proposed service agreement term is for two (2) years with the option to extend up to two a further (2) years.

The procurement documents issued with this Contract Notice via SAP Ariba provide a detailed representation of the requirements under this contract and the process to appoint the successful supplier

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £260,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract can be extended at Transport for London's sole discretion incrementally or in full after the initial term of two (2) years for a maximum extension period of two (2) years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract can be extended at Transport for London's sole discretion incrementally or in full after the initial term of two (2) years for a maximum extension period of two (2) years.

II.2.14) Additional information

The value stated in Section II.1.5 and Section II.2.6 represents the maximum estimated value of the services as the four (4) year period (should TfL choose to extend beyond the initial two (2) year period).

TfL is conducting this procurement pursuant to the PCR 2015 under the Open procedure.

TfL will be using its SAP Ariba portal to manage communication with suppliers who express interest in this procurement in response to this Contract Notice.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The evaluation criteria for this procurement are aligned with Transport for London's Health, Safety and Environmental standards.

This includes the requirements of relevant Licences and Permits' required as outlined within the procurement documentation.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

21 December 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Re-tender will be subject to extension provisions at Transport for London's sole discretion.

The proposed services agreement term is for two (2) years from March 2024 with the option to extend up to two a further (2) years.

VI.3) Additional information

Suppliers are required to respond to all sections of the ITT and must submit responses in accordance with the instructions and response deadline stated in section IV.2.2. Each response must be submitted electronically via the SAP Ariba portal.

Instructions for accessing SAP Ariba and Procurement Documents:

To access the procurement documents on SAP Ariba, potential suppliers should:

• Step 1: Visit the SAP Ariba platform using the following link https://service.ariba.com/Supplier.aw/109539051/aw?awh=r&awssk=fx3TUYr9&dard=1&ancdc=1

• Step 2:

o If new to SAP Ariba, click 'Register Now' and create a standard SAP Ariba account by providing the requested company and administrator information and providing a password which contains a capital letter, a number and a special character; or

o If already an account holder on SAP Ariba, log in using your log in details. Those who are already registered as a TfL Supplier on SAP Ariba, will still need to follow Step 5 below in order to be added as a participant.

Please note, if new to SAP Ariba, the SAP Ariba platform may ask you to review and check for duplicate accounts that others in your business may have set up previously. If there are duplicate accounts, either contact the relevant account administrator using the SAP Ariba functionality or if you require a separate account for access to TfL procurements then please select 'back' and select 'continue account creation'.

• Step 3: Confirm your email address once the confirmation email has been sent.

• Step 4: Confirm in the SAP Ariba platform what type of goods /services you supply.

• Step 5: Send an email to bethdoran [at] tfl.gov.uk with the information from Steps 2 to 4 including your Business Network ID and the respondent's company name, username and administrator email.

• Step 6: Use the unique link in the response email to access SAP Ariba.

• Step 7: When you have access to the procurement's main home page on SAP Ariba SAP Ariba, click on the 'Intend to Participate' button icon in order to fully register against the contract opportunity.

• Step 8: In the main menu bar at the left of the website click the 'All Content' to see all documentation. Prospective respondents must follow the instructions in the Selection Questionnaire when completing and submitting the response to the Selection Questionnaire.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom