LondonEnergy: The Provision of Municipal Waste Transfer and Treatment

  LondonEnergy has published this notice through Delta eSourcing

Notice Summary
Title: The Provision of Municipal Waste Transfer and Treatment
Notice type: Contract Award Notice
Authority: LondonEnergy
Nature of contract: Services
Procedure: Open
Short Description: LondonEnergy has recently acquired the Wembley Waste Transfer Station located at: 2 Hannah Close Neasden London NW10 0UX grid reference TQ 20639 85617 We are, therefore, looking to procure for a Municipal Waste Processing service to transfer and treat municipal waste from Wembley and other facilities and treat/dispose. This Contract is formed in 3 Lots; details are in the ITT. The Estimated value of the TOTAL tonnage is £7M per annum; which is £35M for the five (5) year Contract. The term of the contract will be for a duration of five (5) years, with an optional two (2) years extension in one (1) year increments.
Published: 03/06/2021 14:16

View Full Notice

UK-Edmonton: Refuse and waste related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       LondonEnergy Ltd, United Kingdom
       Eco Park, 4 Advent Way, Edmonton, N18 3AG, United Kingdom
       Tel. +44 7483072885, Email: kulsoom.kabri@londonenergyltd.com
       Main Address: www.londonenergyltd.com
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Environment

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: The Provision of Municipal Waste Transfer and Treatment            
      Reference number: LEL-WR-2021/001

      II.1.2) Main CPV code:
         90500000 - Refuse and waste related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: LondonEnergy has recently acquired the Wembley Waste Transfer Station located at:

2 Hannah Close
Neasden
London
NW10 0UX

grid reference TQ 20639 85617

We are, therefore, looking to procure for a Municipal Waste Processing service to transfer and treat municipal waste from Wembley and other facilities and treat/dispose.

This Contract is formed in 3 Lots; details are in the ITT.

The Estimated value of the TOTAL tonnage is £7M per annum; which is £35M for the five (5) year Contract. The term of the contract will be for a duration of five (5) years, with an optional two (2) years extension in one (1) year increments.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 35,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:20,000 - 30,000 Tonnes   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: LondonEnergy understands that the waste flows described in Section 9 of the Specification are in high numbers. Therefore, we have broken down the annual indicative tonnages into smaller, achievable values in Lot 1 and 2. Lot 3 defines the total annual indicative tonnage.

Example: If your services can only accommodate the tonnages in Lot 1 and Lot 2, you will bid for Lot 1 or Lot 2. However. If you can provide services that can accommodate the full tonnage, you will bid for Lot 3.

LondonEnergy allows Tenderers to bid for any Lot. However, following evaluation, should LondonEnergy choose to award a Tenderer for the services in Lot 3; Lot 1 and Lot 2 will automatically become redundant and will not be awarded. This information is also provided in Section 18 Tender Evaluation and Award of the ITT.

The Estimated value of the tonnage in Lot 1 is £3.5M per annum; which is £17.5M for the five (5) year Contract. The term of the contract will be for a duration of five (5) years, with an optional two (2) years extension in one (1) year increments.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GC69Q38858

   II.2) Description (lot no. 2)
   

      II.2.1) Title:20,000 - 30,000 Tonnes   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: LondonEnergy understands that the waste flows described in Section 9 of the Specification are in high numbers. Therefore, we have broken down the annual indicative tonnages into smaller, achievable values in Lot 1 and 2. Lot 3 defines the total annual indicative tonnage.

Example: If your services can only accommodate the tonnages in Lot 1 and Lot 2, you will bid for Lot 1 or Lot 2. However. If you can provide services that can accommodate the full tonnage, you will bid for Lot 3.

LondonEnergy allows Tenderers to bid for any Lot. However, following evaluation, should LondonEnergy choose to award a Tenderer for the services in Lot 3; Lot 1 and Lot 2 will automatically become redundant and will not be awarded. This information is also provided in Section 18 Tender Evaluation and Award of the ITT.

The Estimated value of the tonnage in Lot 2 is £3.5M per annum; which is £17.5M for the five (5) year Contract. The term of the contract will be for a duration of five (5) years, with an optional two (2) years extension in one (1) year increments.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5BM8RS3PQY

   II.2) Description (lot no. 3)
   

      II.2.1) Title:40,000 - 60,000 Tonnes   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: LondonEnergy understands that the waste flows described in Section 9 of the Specification are in high numbers. Therefore, we have broken down the annual indicative tonnages into smaller, achievable values in Lot 1 and 2. Lot 3 defines the total annual indicative tonnage.

Example: If your services can only accommodate the tonnages in Lot 1 and Lot 2, you will bid for Lot 1 or Lot 2. However. If you can provide services that can accommodate the full tonnage, you will bid for Lot 3.

LondonEnergy allows Tenderers to bid for any Lot. However, following evaluation, should LondonEnergy choose to award a Tenderer for the services in Lot 3; Lot 1 and Lot 2 will automatically become redundant and will not be awarded. This information is also provided in Section 18 Tender Evaluation and Award of the ITT.

The Estimated value of the tonnage in Lot 3 is £7M per annum; which is £35M for the five (5) year Contract. The term of the contract will be for a duration of five (5) years, with an optional two (2) years extension in one (1) year increments.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2D6ZTVE8ZA


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-001395
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: LEL-WR-2021/001    
   Lot Number: 3    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McGrath Bros (Waste Control) Ltd, 01600851
             62 River Rd,, Barking, England, Barking, IG11 0DS, United Kingdom
             Tel. +44 8455485500, Email: tara.donaghy@mcgrathgroup.co.uk
             Internet address: www.mcgrathgroup.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 6,900,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=599558270

   VI.4) Procedures for review

      VI.4.1) Review body
          LondonEnergy Ltd
          Eco Park, 4 Advent Way, Edmonton, N18 3AG, United Kingdom
          Email: kulsoom.kabri@londonenergyltd.com
          Internet address: www.londonenergyltd.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/06/2021




View any Notice Addenda

View Award Notice