Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e4d6 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Competitive procedure with negotiation |
Value | £160,000,000 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e4d6 |
Common Procurement Vocabulary | Refuse and waste related services |
Procurement Method | Competitive procedure with negotiation |
Value | £160,000,000 |
Section I: Contracting authority
I.1) Name and addresses
South Oxfordshire District Council
Abbey House, Abbey Close
ABINGDON
OX143JE
Contact
Paul Fielding
procurement [at] southandvale.gov.uk
Telephone
+44 1235422422
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
I.1) Name and addresses
Vale of White Horse District Council
Abbey House, Abbey Close
Abingdon
OX143JE
Contact
Paul Fielding
Procurement [at] southandvale.gov.uk
Telephone
+44 1235422422
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Contract for Waste Collection and Street Cleaning
Reference number
2006
II.1.2) Main CPV code
- 90500000 - Refuse and waste related services
II.1.3) Type of contract
Services
II.1.4) Short description
South Oxfordshire District Council and Vale of White Horse District Council (the Councils) are seeking to appoint a contractor to provide refuse collection and waste related services (including, residual waste, dry recyclables, green waste, food waste, clinical waste and bulky waste services) along with a broad portfolio of street cleansing services in order to achieve cross-border efficiencies.
The successful contractor will be required to deliver the services as set out in the Councils' specification.
The Councils will make available their existing fleets of vehicles and containers to the successful contractor required to deliver the services. The appointed contractor will not be required to fund the purchase or secure the acquisition of any major plant necessary to deliver the services but may have to arrange short term substitute vehicles whilst routine maintenance and servicing is undertaken.
The intention is for the Councils to establish a new depot at OX44 where the fleet can be operated from. However, there is the possibility for the depot to be located elsewhere within the South Oxfordshire/Vale of White Horse area and further details on this is set out in the procurement documents.
The Councils are not requiring the contractor to provide its own depot and/or fleet and/or containers in order to deliver the services.
II.1.5) Estimated total value
Value excluding VAT: £160,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 79342300 - Customer services
- 79512000 - Call centre
- 90511100 - Urban solid-refuse collection services
- 90511200 - Household-refuse collection services
- 90511300 - Litter collection services
- 90511400 - Paper collecting services
- 90512000 - Refuse transport services
- 90514000 - Refuse recycling services
- 90524100 - Clinical-waste collection services
- 90610000 - Street-cleaning and sweeping services
- 90640000 - Gully cleaning and emptying services
- 90690000 - Graffiti removal services
II.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
II.2.4) Description of the procurement
Contract Waste Collection including:
• Food Waste
• Dry Mixed Recycling
• Residual Waste
• Garden Waste
• Household Batteries
• Waste Electrical and Electronic Equipment (WEEE)
• Textiles
• Clinical Waste
Street Cleansing and Ancillary Services including:
• Cleansing of public highways and areas
• Removal of fly tipping, fly-posting and graffiti
• Emptying of litter, dog waste and on-street recycling bins
• Customer services
• Vehicle maintenance
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: £160,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
192
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: Yes
Description of options
The duration stated in II2.7 represents the maximum duration of the contract.
The contract will be for an initial term of 8 years (with a break clause after 4 years), with the ability for the Councils to extend the duration for a further period(s) of up to 8 years.
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.2.2) Contract performance conditions
The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain incentives. Contract conditions may relate to these considerations.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
Accelerated procedure
Justification:
It is thought likely that the contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial makeup or because of the risks attaching to them. However, the Councils reserve the right in their absolute discretion to award the contract on the basis of the evaluation of initial tenders should this prove to be feasible.
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
24 March 2025
Local time
11:30pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 April 2025
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
Tender must be valid until: 28 February 2026
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Bidders should note that the procurement documents relating to the second stage of this procurement (including the Invitation to Submit Initial Tenders) are draft documents at this stage, providing indicative information of the Councils' intended approach in the procurement process and are for general information only. The Councils reserve the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
Requests to participate must be by way of completion and return of the Standard Selection Questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) by the date and time specified in Section IV.2.2. The Councils reserve the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom