Section one: Contracting authority
one.1) Name and addresses
London Borough of Richmond Upon Thames
Civic Centre, 44 York Street
TW1 3BZ
TW1 3BZ
Contact
Ishmam Choudhury
ishmam.choudhury@richmondandwandsworth.gov.uk
Telephone
+44 2088716000
Country
United Kingdom
NUTS code
UKI75 - Hounslow and Richmond upon Thames
Internet address(es)
Main address
Buyer's address
https://www.delta-esourcing.com/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned 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/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Street Cleansing and Associated Services - London Borough of Richmond Upon Thames
two.1.2) Main CPV code
- 90611000 - Street-cleaning services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £42,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance
Hounslow and Richmond upon Thames
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £42,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To access the procurement documents, please log-into delta esourcing and use access code: 6N3A6SYQEJ
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 185-447965
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 March 2021
Local time
12:00pm
Place
N/A
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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
GO Reference: GO-202116-PRO-17598274
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
Whitehall, Westminster
London
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, Westminster
London
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom