Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 2

Status Active

Published 25th Jun 2024

Tender Details
Referenceocds-h6vhtk-04724c
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value-
« Previous Page

London

Category Services

Type

No. of Lots 2

Status Active

Published 25th Jun 2024

Tender Details
Referenceocds-h6vhtk-04724c
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Robert.Pine [at] cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

I.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

New Spitalfields & Billingsgate Market Waste & Market Cleansing

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

The provision of waste management, cleansing, recycling and disposal of waste from New Spitalfields Market and Billingsgate Market. To include the full management of waste and market cleaning on both sites, this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of on average 12,500-13,500 tonnes of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

There will be an emphasis on continual improvement regarding recycling and sustainability with consideration to the waste hierarchy. There is an expectation that all waste will be recycled or repurposed with 0% of waste sent to landfill. Cost reduction innovations will also be expected from participating bidders.

All bids that have passed the Technical & Professional Ability (T&P) criteria set out in the ITT Pack regarding Lot 2 Billingsgate Market, will be measured against the current -in-house waste and site cleansing provision to ascertain best value. Therefore, the City may not award the contract if the bidder’s response has been evaluated and is not considered best value for the City.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Billingsgate Market

Lot No

2

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Billingsgate Market, Trafalgar Way, London E14 5ST

II.2.4) Description of the procurement

The provision of waste management, cleansing, recycling and disposal of waste from Billingsgate Market. To include the full management of waste and market cleaning , this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

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: £4,100,000

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

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

New Spitalfields Market

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

New Spitalfields Market, 23 Sherrin Rd, London E10 5SQ

II.2.4) Description of the procurement

The provision of waste management, cleansing, recycling and disposal of waste from New Spitalfields Market. To include the full management of waste and market cleaning , this encompasses waste collection, management, cleansing of common areas, and the recycling and disposal of mixed associated market waste per year, i.e. organic, cardboard, timber, plastic, polystyrene.

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: £23,200,000

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

Duration in months

84

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

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

5 August 2024

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: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

5 August 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value for Lot 1 is therefore £3,314,285 & Lot 2 is £820,000.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

See VI.4.1) Review body field of this contract award notice

London

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom