Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


Refuse collection services (Великобритания (Англия, Шотландия, Уэльс) - Тендер #49487276)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: Vale of White Horse District Council (and other authorities referred to below)
Номер конкурса: 49487276
Дата публикации: 22-12-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
20231219Regional or local authorityVoluntary ex ante transparency noticeServicesContract award without prior publicationNot specifiedNot applicableOtherGeneral public services08J1508
22/12/2023    S247

United Kingdom-Abingdon: Refuse collection services

2023/S 247-779572

Voluntary ex ante transparency notice

Services

Legal Basis:
Directive 2014/23/EU

Section I: Contracting authority/entity

I.1)Name and addresses
Official name: Vale of White Horse District Council (and other authorities referred to below)
Postal address: Abbey House
Town: Abingdon
NUTS code: UKJ14 Oxfordshire
Postal code: OX14 3JE
Country: United Kingdom
Contact person: Paul Fielding
E-mail: procurement@southandvale.gov.uk
Internet address(es):
Main address: https://www.whitehorsedc.gov.uk/
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:

Provision of Household Waste Collection, Street Cleaning and ancillary Services

II.1.2)Main CPV code
90511000 Refuse collection services
II.1.3)Type of contract
Services
II.1.4)Short description:

On 3 June 2009, South Oxfordshire District Council (“SODC”) and Vale of White Horse District Council (“VWHDC”) (together “the Authorities”) entered into an agreement with Verdant Group PLC (now Biffa Municipal Limited) (“Biffa”) for the provision of household waste collection, street cleansing and ancillary services (the “Contract”). This was advertised on the OJEU on 21 January 2008. The initial term of the Contract expired on 6 June 2017 but contained an option to extend for up to seven (7) years. The Authorities extended the Contract in accordance with its terms up to the maximum length, with a new expiry date of 6 June 2024.

This VEAT notice relates to a proposed extension of the Contract for a two (2) year ‘bridging period’ with a longstop date of 28 June 2026 to allow time for the Authorities to prepare for and implement a long-term replacement service to the Contract.

The Authorities intend to enter into a deed of variation (the “DOV”) to modify certain terms of its current

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 33 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
90514000 Refuse recycling services
90611000 Street-cleaning services
II.2.3)Place of performance
NUTS code: UKJ14 Oxfordshire
Main site or place of performance:

Oxfordshire

II.2.4)Description of the procurement:

On 3 June 2009, the Authorities entered into an agreement with Verdant Group PLC (now Biffa Municipal Limited) (“Biffa”) for the provision of household waste collection, street cleansing and ancillary services (the “Contract”). The initial term of the Contract expired on 6 June 2017 but was extended in accordance with its terms up to the maximum length, with a new expiry date of 6 June 2024. The Agreement has been subject to minor amendments by the Authorities and Biffa pursuant to separate deeds of variations entered into between the parties on 19 December 2011; 11 April 2014; 9 May 2016; and 18 June 2021 respectively. These variations implemented minor policy changes, including minor performance measure changes, creation of a special cleansing team, new operating times, updating authorised officer names, data protection systems and adverse weather requirements. This VEAT notice relates to a proposed extension of the Contract for a two (2) year ‘bridging period’ with a longstop date of 28 June 2026 to allow time for the Authorities to prepare for and implement a long-term replacement service for the Contract, including, if applicable, to conduct a viable re-procurement exercise for the long-term successor to the Contract which takes account of expected developments in environmental legislation in the near future. Expected environmental legislation is likely to have a significant impact both commercially and operationally on waste and recycling in England, and without clarity on the future requirements for waste collection, it will be extremely difficult to draw up a viable new service specification for a contractor and conduct a meaningful procurement process. The procurement decision has therefore been taken to continue with the existing contractor (Biffa) for a limited period to allow more time for future environmental changes relevant to waste collection to take shape / come into force. Delaying the procurement for a successor provider will allow the changes to be factored into the future procurement requirements and strategy. The proposed extension will therefore provide the Authorities with a sufficient period of time, if necessary, to run a comprehensive market-engagement, commissioning and re-procurement exercise, and to factor in the current high degree of risk and uncertainty in the waste management sector, with the new service to commence no later than 28 June 2026. The extension will provide continuity of service for the Authorities while they conduct this exercise, and allow the orderly wind-down and exit of the Contract with Biffa and mobilisation of any new contract. As part of the proposed DOV, the Authorities will make certain additional modifications to the Contract which take account of the changing economic climate for waste management service provision (particularly the increased costs faced by contractors) and to replace certain vehicles which are nearing the end of their service life. The additional changes to be implemented are:

(i) Change of payment mechanism from fixed charging to target operating model to account for increases in delivery costs (particularly fuel and driver hire: this brings the charging basis into alignment with current market conditions for fuel and recycling pricing, among other things); and

(ii) The supply by the Authorities of new waste vehicles, for Biffa to operate on a commercial lease during the extension period. The Authorities shall retain ownership of the vehicles, with Biffa operating and maintaining the vehicles in the same manner that it operates and retains its existing waste fleet.

The changes are necessary to allow business as usual service provision only.

II.2.5)Award criteria
Concession is awarded on the basis of the criteria described below:
  • Criterion: Quality
  • Criterion: Price
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

Continued from II.1.4 The Authorities intend to enter into a deed of variation (the “DOV”) to modify certain terms of its current contract with Biffa (detailed below) and to extend the duration of the Contract until 28 June 2026.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The procurement falls outside the scope of application of the directive
Explanation:

The Authorities intend to extend the Contract for a two (2) year ‘bridging period’ to allow time for the Authorities to prepare for and implement a long-term replacement service to the Contract, including, if applicable, to conduct a comprehensive re-procurement exercise for the appointment of a long-term successor to the Contract, and to allow the Authorities to factor in anticipated future environmental legislation into this process. In addition, the proposed DOV will amend the payment mechanism so that remuneration will be made on the basis of a target operating model and open book accounting, and provide for the supply by the Authorities of new waste vehicles for Biffa to operate for the purpose of delivering the services. The changes referred to above are collectively referred to as the “Modifications”.

The Authorities’ position is that the Modifications are permitted under Regulation 72(1)(e) of the Public Contract Regulations 2015 (as amended) (“PCR”) (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) apply.

With reference to Regulation 72(8)(a), the proposed Modifications will not render the Contract materially different in character from the one initially concluded as there will be no change to the services to be provided during the extension period (either in terms of the nature of the services or the quantity). Beyond the extension of term, the effect of the other Modifications simply allow for the continuation of services on a business as usual basis and brings the charging basis into alignment with current market conditions for fuel and recycling pricing.

With reference to Regulation 72(8)(b), the Authorities do not consider that the Modifications introduce conditions which, had they been part of the initial procurement procedure, would have— (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The principal effects of the Modifications are to extend the term of the Contract, to update charging arrangements in light of significantly changed market conditions, and to replace operational vehicles that are reaching the end of their service life to support business as usual service provision.

With reference to Regulation 72(8)(c), whilst the Authorities have agreed an amendment to the existing payment mechanism, this do not affect the economic balance of the contract as the changes are being introduced to account for the significant increase in costs associated with the provision of the services (in particular fuel and driver wages). Charging arrangements will be carried out on an open book basis.

The Authorities do not consider that the Modifications will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole. No change is proposed to the nature or quantity of services to be provided on an ongoing basis and no new services or works will be included in the scope.

Regulation 72(8)(e) of the PCR 2015 is not engaged.

IV.1.3)Information about framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information

Section V: Award of contract/concession

Contract No: 1
Title:

Provision of Household Waste Collection, Street Cleaning and Ancillary Services

V.2)Award of contract/concession
V.2.1)Date of contract award decision:
19/12/2023
V.2.2)Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaire
Official name: BIFFA Limited
Postal address: Coronation Road Cressex
Town: High Wycombe
NUTS code: UKJ13 Buckinghamshire CC
Postal code: HP12 3TZ
Country: United Kingdom
Internet address: www.biffa.co.uk
The contractor/concessionaire will be an SME: no
V.2.4)Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 33 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The estimated value in II.1.7 and V.2.4 refers to the projected value of the two (2) year extension period.

The total value of the Contract from 2009 to 2024 is expected to be £120 000 000.

Continued from IV.1.1: The purpose of the Modifications is to provide a ‘bridging period’ in order, if necessary, to conduct a comprehensive re-procurement exercise for the long-term successor to the Contract. The Modifications will therefore allow continuity of service for the Authorities while they conduct this exercise, the scope of which may include market testing, assessment of risks and uncertainty within the waste services sector, corresponding development and design of procurement strategy to factor in changes in environmental legislation, managing the orderly wind-down and exit of the Contract with Biffa and mobilisation of the new contract.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

In accordance with Regulation 88 to Regulation 102 of the PCR 2015 (particularly, Regulations 92, 93, 94 and 99 in relation to deadlines).

VI.5)Date of dispatch of this notice:
19/12/2023

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

22-12-2023 Medical consumables.

22-12-2023 Medical consumables.

22-12-2023 Safety education services.

22-12-2023 Refuse recycling services.

22-12-2023 Beans.

22-12-2023 Repair and maintenance services of building installations.





Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru