London Borough Of Bexley: Provision of Street Services

  London Borough Of Bexley has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Street Services
Notice type: Contract Notice
Authority: London Borough Of Bexley
Nature of contract: Services
Procedure: Restricted
Short Description: As at 1st April 2020 there were approximately 94,000 domestic premises and 1,500 commercial and industrial properties from which waste was collected. The Council is seeking responses from suppliers for 1 or more of the lots Lot 1 - Recycling and waste collections Lot 2 - Winter maintenance Lot 3 - Street cleansing Lot 4 - Gully Cleansing
Published: 19/01/2021 11:07

View Full Notice

UK-BEXLEYHEATH: Refuse and waste related services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough Of Bexley
             LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
             Tel. +44 2030455300, Email: procurement@bexley.gov.uk
             Contact: PROCUREMENT SUPPORT TEAM
             Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
             NUTS Code: UKI51
      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://procontract.due-north.com/Home/About)
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://procontract.due-north.com/login 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: Provision of Street Services       
      Reference Number: 5281
      II.1.2) Main CPV Code:
      90500000 - Refuse and waste related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: As at 1st April 2020 there were approximately 94,000 domestic premises and 1,500 commercial and industrial properties from which waste was collected. The Council is seeking responses from suppliers for 1 or more of the lots
Lot 1 - Recycling and waste collections
Lot 2 - Winter maintenance
Lot 3 - Street cleansing
Lot 4 - Gully Cleansing       
      II.1.5) Estimated total value:
      Value excluding VAT: 187,500,000       
      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: 4
      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: Provision of Street Services       
      Lot No: Lot 1 - Recycling and waste collections       
      II.2.2) Additional CPV codes:
      90514000 - Refuse recycling services.
      
      II.2.3) Place of performance:
      UKI51 Bexley and Greenwich
      
      II.2.4) Description of procurement: This will consist of The Collection of Household Waste from all domestic premises, and its delivery to and discharge at the delivery point at a Treatment and or Disposal Facility as instructed by the Authorised Officer.
•The separate collection of Paper and Cardboard from household and commercial premises
•The separate collection of other dry recyclables (plastic packaging, metal packaging and glass containers)
•The separate collection of food waste from household and commercial premises
•The separate collection of garden waste from household and commercial premises
•The combined collection from, premises such as flats
      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: 120,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/10/2021 / End: 03/10/2031       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract is for a period of 10 years from 4.10.21 - 3.10.31 with the option to extend for a further period or periods of up to 60 months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Provision of Street Services       
      Lot No: Lot 2 - Winter maintenance       
      II.2.2) Additional CPV codes:
      44113910 - Winter-maintenance materials.
      
      II.2.3) Place of performance:
      UKI51 Bexley and Greenwich
      
      II.2.4) Description of procurement: Winter Maintenance is of vital importance in the management of the Council’s affairs and
is recognised as such by its inclusion within the employer’s Emergency Plan. The employer, as a `Highway Authority' has a statutory duty under Section 150 of the Highways Act 1980 to remove Snow from the Public Highway if it is causing an obstruction. Beyond this, there is a statutory duty to carry out Winter Maintenance under the Railways and Transport Safety Act 2003.
The Services required under this part of the Contract are: -

•Precautionary Salting of the Public Highway
•Spot Salting of isolated icy patches.
•The use of Snow Ploughs (in the event of significant Snowfalls).
•Snow Clearance by other mechanical and manual methods (in the event of extreme conditions).
•The use of the Contractor's Vehicles for other Emergency Response
      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: 18,750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/10/2021 / End: 03/10/2031       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract is for a period of 10 years from 4.10.21 - 3.10.31 with the option to extend for a further period or periods of up to 60 months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Provision of Street Services       
      Lot No: Lot 3Street Cleaning and weed clearance       
      II.2.2) Additional CPV codes:
      90611000 - Street-cleaning services.
      
      II.2.3) Place of performance:
      UKI51 Bexley and Greenwich
      
      II.2.4) Description of procurement: The Borough currently has approximately 64 Shopping Areas which vary in size from rows of two or three shops to the largest Shopping Area at Bexleyheath. The Shopping Areas are grouped for the purpose of this Contract into four Classes (I, II, III, and IV). The Shopping Areas are highlighted on the drawings in Volume 4 of the Contract Documents.
      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: 45,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/10/2021 / End: 03/10/2031       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract is for a period of 10 years from 4.10.21 - 3.10.31 with the option to extend for a further period or periods of up to 60 months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Provision of Street Services       
      Lot No: Lot 4 Gully Cleansing       
      II.2.2) Additional CPV codes:
      90640000 - Gully cleaning and emptying services.
      
      II.2.3) Place of performance:
      UKI51 Bexley and Greenwich
      
      II.2.4) Description of procurement: This Service LOT (4) covers cyclic and reactive gully cleansing, dumbwell cleansing, soakaway cleansing, power jetting of piped drainage systems and cleansing and clearance of culverts and ditches anywhere within the area under the control of the Authority
The term Services, as used in the Lot shall mean all of the following: -

The Cleaning of:
•Gullies
•Dumbwells
•Soakaways
•Highway Drains
•Combined Kerb and Drainage Systems (Beany Block etc)
•Culverts and ditches
•Emergency Response
      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: 3,750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/10/2021 / End: 03/01/2031       
      This contract is subject to renewal: Yes       
      Description of renewals: 10-year contract from the contract start date 4th October 2021 with the ability to extend for a further period or periods of up to 60 months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: Not provided       


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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - 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: 26/02/2021 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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
      
      

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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=560096058
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
       Tel. +44 2030455124, Fax. +44 2082946385
   VI.4.2) Body responsible for mediation procedures:
             London Borough Of Bexley
          CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
          Email: PROCUREMENT@BEXLEY.GOV.UK
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
       Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
   VI.5) Date Of Dispatch Of This Notice: 19/01/2021

Annex A


View any Notice Addenda

View Award Notice

UK-BEXLEYHEATH: Refuse and waste related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
       Tel. +44 2030455300, Email: procurement@bexley.gov.uk
       Contact: PROCUREMENT SUPPORT TEAM
       Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
       NUTS Code: UKI51

   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:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Street Services            
      Reference number: 5281

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: As at 1st April 2020 there were approximately 94,000 domestic premises and 1,500 commercial and industrial properties from which waste was collected. The Council is seeking responses from suppliers for 1 or more of the lots
Lot 1 - Recycling and waste collections
Lot 2 - Winter maintenance
Lot 3 - Street cleansing
Lot 4 - Gully Cleansing

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 12,772,573
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Provision of Street Services   
      Lot No:Lot 1 - Recycling and waste collections

      II.2.2) Additional CPV code(s):
            90514000 - Refuse recycling services.


      II.2.3) Place of performance
      Nuts code:
      UKI51 - Bexley and Greenwich
   
      Main site or place of performance:
      Bexley and Greenwich
             

      II.2.4) Description of the procurement: This will consist of The Collection of Household Waste from all domestic premises, and its delivery to and discharge at the delivery point at a Treatment and or Disposal Facility as instructed by the Authorised Officer.
•The separate collection of Paper and Cardboard from household and commercial premises
•The separate collection of other dry recyclables (plastic packaging, metal packaging and glass containers)
•The separate collection of food waste from household and commercial premises
•The separate collection of garden waste from household and commercial premises
•The combined collection from, premises such as flats

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Provision of Street Services   
      Lot No:Lot 2 - Winter maintenance

      II.2.2) Additional CPV code(s):
            44113910 - Winter-maintenance materials.


      II.2.3) Place of performance
      Nuts code:
      UKI51 - Bexley and Greenwich
   
      Main site or place of performance:
      Bexley and Greenwich
             

      II.2.4) Description of the procurement: Winter Maintenance is of vital importance in the management of the Council’s affairs and
is recognised as such by its inclusion within the employer’s Emergency Plan. The employer, as a `Highway Authority' has a statutory duty under Section 150 of the Highways Act 1980 to remove Snow from the Public Highway if it is causing an obstruction. Beyond this, there is a statutory duty to carry out Winter Maintenance under the Railways and Transport Safety Act 2003.
The Services required under this part of the Contract are: -

•Precautionary Salting of the Public Highway
•Spot Salting of isolated icy patches.
•The use of Snow Ploughs (in the event of significant Snowfalls).
•Snow Clearance by other mechanical and manual methods (in the event of extreme conditions).
•The use of the Contractor's Vehicles for other Emergency Response

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Provision of Street Services   
      Lot No:Lot 3Street Cleaning and weed clearance

      II.2.2) Additional CPV code(s):
            90611000 - Street-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKI51 - Bexley and Greenwich
   
      Main site or place of performance:
      Bexley and Greenwich
             

      II.2.4) Description of the procurement: The Borough currently has approximately 64 Shopping Areas which vary in size from rows of two or three shops to the largest Shopping Area at Bexleyheath. The Shopping Areas are grouped for the purpose of this Contract into four Classes (I, II, III, and IV). The Shopping Areas are highlighted on the drawings in Volume 4 of the Contract Documents.

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Provision of Street Services   
      Lot No:Lot 4 Gully Cleansing

      II.2.2) Additional CPV code(s):
            90640000 - Gully cleaning and emptying services.


      II.2.3) Place of performance
      Nuts code:
      UKI51 - Bexley and Greenwich
   
      Main site or place of performance:
      Bexley and Greenwich
             

      II.2.4) Description of the procurement: This Service LOT (4) covers cyclic and reactive gully cleansing, dumbwell cleansing, soakaway cleansing, power jetting of piped drainage systems and cleansing and clearance of culverts and ditches anywhere within the area under the control of the Authority
The term Services, as used in the Lot shall mean all of the following: -

The Cleaning of:
•Gullies
•Dumbwells
•Soakaways
•Highway Drains
•Combined Kerb and Drainage Systems (Beany Block etc)
•Culverts and ditches
•Emergency Response

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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 000-001058
      
   

   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: 5281    
   Lot Number: 1    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         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)
             Countrystyle, 05103813
             Sittingbourne - ME9 8SR, Sittingbourne, United Kingdom
             NUTS Code: UKI51
            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: 12,772,573
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=615099657

   VI.4) Procedures for review

      VI.4.1) Review body
          London Borough Of Bexley
          LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
          Tel. +44 2030455124, Fax. +44 2082946385

      VI.4.2) Body responsible for mediation procedures
          London Borough Of Bexley
          CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
          Email: PROCUREMENT@BEXLEY.GOV.UK

      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
          London Borough Of Bexley
          LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
          Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK

   VI.5) Date of dispatch of this notice: 30/07/2021