London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Street Cleansing and Associated Services - London Borough of Richmond Upon Thames |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The London Borough of Richmond upon Thames is inviting tenders from suitably experienced and qualified contractors for the provision of Street Cleansing & Associated Services. The Contract will be for a period of seven (7) years but subject to an extension or extensions of up to an aggregate of seven (7) further years at the absolute discretion of the Council. |
Published: | 06/01/2021 14:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Richmond Upon Thames
Civic Centre, 44 York Street, TW1 3BZ, TW1 3BZ, United Kingdom
Tel. +44 2088716000, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.richmond.gov.uk/, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKI75
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: https://www.delta-esourcing.com/
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: Street Cleansing and Associated Services - London Borough of Richmond Upon Thames
Reference Number: Not provided
II.1.2) Main CPV Code:
90611000 - Street-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Borough of Richmond upon Thames is inviting tenders from suitably experienced and qualified contractors for the provision of Street Cleansing & Associated Services.
The Contract will be for a period of seven (7) years but subject to an extension or extensions of up to an aggregate of seven (7) further years at the absolute discretion of the Council.
II.1.5) Estimated total value:
Value excluding VAT: 42,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90610000 - Street-cleaning and sweeping services.
90611000 - Street-cleaning services.
90612000 - Street-sweeping services.
90690000 - Graffiti removal services.
90511300 - Litter collection services.
34928480 - Waste and rubbish containers and bins.
90513100 - Household-refuse disposal services.
90914000 - Car park cleaning services.
90640000 - Gully cleaning and emptying services.
90641000 - Gully cleaning services.
90642000 - Gully emptying services.
II.2.3) Place of performance:
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The contract comprises of the provision of street cleansing and associated services. Street cleansing service is one of the most important elements of the contract. Clean streets and adjacent land is of paramount importance to Richmond’s residents. Adherence to schedules and careful attention to detail is imperative to achieve these objectives. The Council’s main objective with respect to street cleansing are shown below.
To provide a clean, safe and green environment satisfying the needs of the Council’s customers. Points of particular concern to the Council and residents are care parking and its effect on cleaning, dog fouling, leaf fall, dumped waste, littering by summer visitors, weed growth, litter bin emptying, small graffiti tags and cleaning around schools.
For further information on the services, please see the specification which has been uploaded onto the delta portal.
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: 42,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 168
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: Yes
Description of options: The proposed duration of the contract is seven (7) years (84 months) with the option to extend for a period or periods of up to a further seven (7) years (84 months) at the absolute discretion of the Council.
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: To access the procurement documents, please log-into delta esourcing and use access code: 6N3A6SYQEJ
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 2020/S 185 - 447965
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/03/2021 Time: 12:00
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 month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 26/03/2021
Time: 12:00
Place:
N/A
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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=550175344
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
Whitehall, Westminster, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council 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 are 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 Council 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:
Cabinet Office
70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 06/01/2021
Annex A