Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
UK
Contact person: Himali Serasinghe Yapa
Telephone: +44 7925353441
E-mail: himali.basnayake@tfl.gov.uk
NUTS: UKI41
Internet address(es)
Main address: www.tfl.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.tfl.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.tfl.gov.uk
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:
www.tfl.gov.uk
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Provision of Tipping General and Recycle Waste
Reference number: WS1652183141
II.1.2) Main CPV code
90533000
II.1.3) Type of contract
Services
II.1.4) Short description
Transport for London (TfL) is seeking to award a single zero value framework agreement for the provision of tipping general and recyclable waste, based on the most economically advantageous tender received. The framework will split into 3 lots (detailed in Section II.2).
Bidders can submit proposals for up to 2 lots. If submitting for 2 lots, bidders may submit proposals for Lot 1 and Lot 3 or Lot 2 and Lot 3 only (not for Lot 1 and Lot 2).
This is a 2 stage process, firstly a prequalification stage which requires the submission of a Supplier Selection Questionnaire. The second stage is an Invitation to Submit Initial Tender. Conditions for Bidders to be invited to the second stage are detailed in the tender documentation.
II.1.5) Estimated total value
Value excluding VAT:
4 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 and Lot 3 OR Lot 2 and Lot 3.Please note proposals for Lot 1 and Lot 2 will not be accepted.If a bidder submits a proposal for Lot 1 and Lot 2, the contracting authority will contact the bidder to confirm which proposal should be considered.
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Waste management sites within an 8 mile radius of Acton Town Depot for the tipping general waste requiring 24hr/7 day access
II.2.2) Additional CPV code(s)
90533000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
A minimum of one waste management site required within an 8 mile radius of Acton Depot, Bollo Lane, London, W3 8BZ for general, commercial and domestic waste tipping, requiring 24hr/7 day access.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 is subject to renewal for up to 12 months.
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
Lot No: 2
II.2.1) Title
Lot 2: Waste management sites within an 8 mile radius of Westminster LUL Station for tipping general waste
II.2.2) Additional CPV code(s)
90533000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
A minimum of one waste management site required within an 8 mile radius of Westminster LUL Station, Bridge Street, London, SW1A 2JR for general, commercial and domestic waste tipping (does not require 24hr/7 day access).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 is subject to renewal for up to 12 months.
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
Lot No: 3
II.2.1) Title
Waste management sites within an 8 mile radius of Acton Town for tipping recyclable waste
II.2.2) Additional CPV code(s)
90533000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
A minimum of one waste management site required within an 8 mile radius of Acton Depot, Bollo Lane, London, W3 8BZ for recyclable waste tipping (does not require 24hr/7 day access).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 is subject to renewal for up to 12 months.
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
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
PLEASE READ: TfL use the e-tendering platform SAP Ariba for all its procurement activities. In order to access the tender documents, suppliers need to be registered as an approved TfL supplier within SAP Ariba and subsequently added to the sourcing project.
To register your company please in the first instance please email the Procurement Lead, Himali Basnayake on Himali.Basnayake@tfl.gov.uk, with the following information:
- Full legal company name and registered address
- Contact first name and surname
- Contact job title
- Contact email address
- Contact phone number
Alternatively, to self register, visit the following link:
https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=qI4ZAflFZ0CrQrZW&realm=TfL&dard=1
Once approved (or if you are already an approved supplier) please email Himali Basnayake on Himali.Basnayake@tfl.gov.uk and request to be added to the sourcing event where you will be able to access the full suite of tender documentation.
If you have any issues registering please contact the SAP Ariba Enablement Team on ariba_supplier_enablement@tfl.gov.uk.
VI.4) Procedures for review
VI.4.1) Review body
HM High Courts and Tribunal Service
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
26/02/2024