Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Public order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The provision of waste management services.
II.1.2)Main CPV code
90500000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Mayor's Office for Policing and Crime (MOPAC) as the contracting authority is tendering for the provision of waste management services.
The Framework consists of two lots:
— The Provision of general, recycling, hazardous, WEEE & horse waste management services
— The provision of clinical and offensive waste management services
Duration of the framework agreement: Duration in month(s): 48
This framework is open for use by the following organisations:
— Mayor's Office for Policing and Crime (MOPAC)
— London Fire and Emergency Planning Authority (LFEPA) (London Fire Brigade)
London Fire and Emergency Planning Authority (LFEPA) will have the right to call-off under the framework agreement. However, MOPAC are unable to give an accurate indication of the demand. If LFEPA were to enter into call-off contracts for the services, the aggregate estimated value of all call-off contracts entered into under the framework agreement may be between £8,300,000 and £19,500,000.
II.1.5)Estimated total value
Value excluding VAT: 19 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Lot 1 The provision of general, recycling, hazardous, WEEE & horse waste management Services
Lot No: 1
II.2.2)Additional CPV code(s)
14630000
19600000
19610000
19620000
19630000
19640000
34928480
42320000
44613800
44616200
45232470
71800000
79723000
90510000
90513000
90514000
90520000
90521000
90521100
90521200
90521300
90521400
90521410
90521420
90521500
90523000
90524000
90524100
90524200
90524300
90524400
90533000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UK
Main site or place of performance:
UK mainland mainly within the Greater London area.
II.2.4)Description of the procurement:
The Waste Service shall consist of the collection from any location within the MPS Greater London District and reuse, recycling, recovery or disposal (in line with the EU waste hierarchy and in support of Circular Economy principles) of the following:
— General waste,
— Recyclable waste,
— Food waste,
— Hazardous Waste (including hazardous components and hazardous substances) as defined in the List of Wastes/EWC,
— Waste Electrical and Electronic Equipment (WEEE) as defined in the List of Wastes/EWC,
— Vehicle Waste,
— Horse Manure and bedding. All feeds used by the MPS are GM Free and the bedding is a shredded wood which is suitable for composting. 100 % of MPS horse manure is currently reused off site as allotment fertiliser,
— Specialist Operational Waste,
— Bulky waste,
— The collection from designated collection points, movement to approved disposal facility and recycling of Restricted paper waste,
— The on-site witnessed shredding of protectively marked waste at MPS premises.
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: 17 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Object criteria for choosing the limited number of candidates: Highest scoring suppliers and compliance to SSQ criteria.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
To extend the 36 or 60 month term of the call off agreements by up to two 12 months at the sole discretion of the MOPAC/MPS
Number of possible renewals: 2.
II.2.12)Information about electronic catalogues
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.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 2 The Provision of Clinical and Offensive Waste Management Services
Lot No: 2
II.2.2)Additional CPV code(s)
14630000
19600000
19610000
19620000
19630000
19640000
34928480
42320000
44613800
44616200
45232470
71800000
79723000
90510000
90513000
90514000
90520000
90521000
90521100
90521200
90521300
90521400
90521410
90521420
90521500
90523000
90524000
90524100
90524200
90524300
90524400
90533000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UK
Main site or place of performance:
Mainlaind UK mainly in the Greater London Area.
II.2.4)Description of the procurement:
The Waste Service shall consist of the collection from any location within the MPS Greater London District and reuse, recycling (where applicable), recovery or disposal (in line with the EU waste hierarchy) of the following:
— Offensive Waste from all areas on site where it is generated. This may be from inside the building (for example feminine hygiene). For planned services, this is likely to be (but not limited to) external areas (sometimes multiple locations externally — i.e. dog faeces collection points (preferably remove, replenish sacks from bins)
— Clinical Waste. Clinical waste within custody will be treated as potentially infectious, as there is a greater risk in terms of infection control than a general public healthcare setting.
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: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Object criteria for choosing the limited number of candidates: Highest scoring suppliers and compliance to SSQ criteria.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
To extend the 36 or 60 month term of the call off agreements by up to two 12 months at the sole discretion of the MOPAC/MPS
Number of possible renewals: 2.
II.2.12)Information about electronic catalogues
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.2.14)Additional information
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
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/06/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 15/08/2017
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
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:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
17/05/2017