London Boroughs of Richmond and Wandsworth: Supply of Refuse and Recycling Containers and Associated Items

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Refuse and Recycling Containers and Associated Items
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Supplies
Procedure: Open
Short Description: The Councils are seeking Suppliers for the supply of Refuse and Recycling containers and associated items within the London Borough of Richmond upon Thames and the London Borough of Wandsworth.
Published: 01/03/2021 16:16
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Waste and rubbish containers and bins.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 88917580, Email: T.Adelano@richmond.gov.uk
             Main Address: www.wandsworth.gov.uk
             NUTS Code: UKI34
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Waste-and-rubbish-containers-and-bins./352EM55376
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      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: Not provided
      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: Supply of Refuse and Recycling Containers and Associated Items       
      Reference Number: CPT: 2152
      II.1.2) Main CPV Code:
      34928480 - Waste and rubbish containers and bins.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Councils are seeking Suppliers for the supply of Refuse and Recycling containers and associated items within the London Borough of Richmond upon Thames and the London Borough of Wandsworth.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - Metal Waste and Recycling Bins       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      34928480 - Waste and rubbish containers and bins.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/06/2021 / End: 31/05/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Plastic Waste and Recycling Bins       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      34928480 - Waste and rubbish containers and bins.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/06/2021 / End: 31/05/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - Waste and Recycling Sacks       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      19640000 - Polythene waste and refuse sacks and bags.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by a further period/s of up to two years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/06/2021 / End: 31/05/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 - Recycling Boxes       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      34928480 - Waste and rubbish containers and bins.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/06/2021 / End: 31/05/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration at II.2.7 does not include the option which is available to the Councils at their discretion to extend the contract by further period/s of up to two years.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 - Miscellaneous Items       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      34928480 - Waste and rubbish containers and bins.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/06/2021 / End: 31/05/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration at II.2.7 does not include the option which is available to the Councils at their discretion to extend the contract by further period/s of up to two years.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/04/2021 Time: 11:59
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 01/04/2021
         Time: 12:05
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Waste-and-rubbish-containers-and-bins./352EM55376

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/352EM55376
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court, Royal Courts of Justice
       The Strand, WC1A 2LL, London, United Kingdom
       Tel. +44 20794760000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Precise information on deadline(s) for review procedures:
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the
decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 nº
102) provide for aggrieved parties who have been harmed or ate at risk of harm by breach of the rules to take
legal action. Any such action must be brought within the applicable limitation period. Where a contract has not
been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend
any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make
a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the
contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to
the Courts to set aside the award decision before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 01/03/2021

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       London Borough of Richmond upon Thames
       The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Email: taiwo.adelano@richmondandwandsworth.gov.uk
       Main Address: www.richmond.gov.uk
       NUTS Code: UKI75

View any Notice Addenda

Supply of Refuse and Recycling Containers and Associated Items

UK-London: Waste and rubbish containers and bins.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 88917580, Email: T.Adelano@richmond.gov.uk
       Main Address: www.wandsworth.gov.uk
       NUTS Code: UKI34

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Supply of Refuse and Recycling Containers and Associated Items      Reference number: CPT: 2152      
   II.1.2) Main CPV code:
      34928480 - Waste and rubbish containers and bins.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: The Councils are seeking Suppliers for the supply of Refuse and Recycling containers and associated items within the London Borough of Richmond upon Thames and the London Borough of Wandsworth.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 02/03/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 276152   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 01/03/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.5          
         Lot No: Not provided          
         Place of text to be modified: Not provided          
         Instead of: 1,450,000          
         Read: 2,161,535
                                    
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Waste-and-rubbish-containers-and-bins./352EM55376

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/352EM55376


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          London Borough of Richmond upon Thames
          The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
          Email: taiwo.adelano@richmondandwandsworth.gov.uk
          Main Address: www.richmond.gov.uk
          NUTS Code: UKI75

View Award Notice

UK-London: Waste and rubbish containers and bins.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 88917580, Email: T.Adelano@richmond.gov.uk
       Main Address: www.wandsworth.gov.uk
       NUTS Code: UKI34

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Supply of Refuse and Recycling Containers and Associated Items            
      Reference number: CPT: 2152

      II.1.2) Main CPV code:
         34928480 - Waste and rubbish containers and bins.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Councils are seeking Suppliers for the supply of Refuse and Recycling containers and associated items within the London Borough of Richmond upon Thames and the London Borough of Wandsworth.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,161,535
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Metal Waste and Recycling Bins   
      Lot No:1

      II.2.2) Additional CPV code(s):
            34928480 - Waste and rubbish containers and bins.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 70
            

      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: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Plastic Waste and Recycling Bins   
      Lot No:2

      II.2.2) Additional CPV code(s):
            34928480 - Waste and rubbish containers and bins.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 70
            

      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: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Waste and Recycling Sacks   
      Lot No:3

      II.2.2) Additional CPV code(s):
            19640000 - Polythene waste and refuse sacks and bags.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by a further period/s of up to two years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 70
            

      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: The contract duration at II.2.7 does not include the option which is available to the Councils at its discretion to extend the contract by further period/s of up to two years.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Recycling Boxes   
      Lot No:4

      II.2.2) Additional CPV code(s):
            34928480 - Waste and rubbish containers and bins.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Price - Weighting: 70
            

      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: The contract duration at II.2.7 does not include the option which is available to the Councils at their discretion to extend the contract by further period/s of up to two years.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Miscellaneous Items   
      Lot No:5

      II.2.2) Additional CPV code(s):
            34928480 - Waste and rubbish containers and bins.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The contract opportunity is divided into 5 lots based on the identified business requirements of the Councils for the supply of refuse and recycling containers and associated items. The aim of this tendering process is for the Councils to appoint a maximum of two Suppliers for each lot on the basis of one acting as the Preferred Supplier and a second acting as a Reserve Supplier. The contract will be for a period of three years with the option for extension by the Councils by further period/s of up to two years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 70
            

      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: The contract duration at II.2.7 does not include the option which is available to the Councils at their discretion to extend the contract by further period/s of up to two years.


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 000-004069
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: Metal Waste and Recycling Bins

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Storm Environmental Limited, 06684647
             PO Box 5616 Crossley Park Carpet Trades Way, Kidderminster, DY11 6SD, United Kingdom
             NUTS Code: UKG12
            The contractor is an SME: No

      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: 849,675
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Plastic Waste and Recycling Bins

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Waste and Recycling Sacks

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Cromwell Polythene Limited, 02230104
             1 Glentrool Avenue, Leeds, LS25 6RE, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: No

      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: 260,539
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Recycling Boxes

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Straight Manufacturing Limited, 01618165
             Somerden Road, Hull, HU9 5PE, United Kingdom
             NUTS Code: UKE11
            The contractor is an SME: No

      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: 579,850
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Miscellaneous Items

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

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=606707101

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court, Royal Courts of Justice
          The Strand, WC1A 2LL, London, United Kingdom
          Tel. +44 20794760000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the
decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 nº
102) provide for aggrieved parties who have been harmed or ate at risk of harm by breach of the rules to take
legal action. Any such action must be brought within the applicable limitation period. Where a contract has not
been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend
any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make
a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the
contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to
the Courts to set aside the award decision before the contract is entered into.

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

   VI.5) Date of dispatch of this notice: 28/07/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Richmond upon Thames
       The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Email: taiwo.adelano@richmondandwandsworth.gov.uk
       Main Address: www.richmond.gov.uk
       NUTS Code: UKI75