Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Luton Council
Town Hall, George Street
Luton
LU1 2BQ
UK
Contact person: Mr Mark Stagg
E-mail: procurement@luton.gov.uk
NUTS: UKH21
Internet address(es)
Main address: http://www.luton.gov.uk
Address of the buyer profile: http://www.luton.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
AT1215 Resources and Waste Management Contract
Reference number: DN688445
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT:
135 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH21
II.2.4) Description of the procurement
The full description can be found within the procurement documents at https://procontract.due-north.com
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:
135 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2024
End:
30/09/2032
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
II.2.9) Information about the limits on the number of candidates to be invited
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.1.1) 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
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-007084
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/10/2023
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:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
London
UK
VI.5) Date of dispatch of this notice
28/09/2023