Opportunity

Street Cleansing and Associated Services - London Borough of Richmond Upon Thames

  • London Borough of Richmond Upon Thames

F02: Contract notice

Notice reference: 2021/S 000-000217

Published 6 January 2021, 4:32pm



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

Email

ishmam.choudhury@richmondandwandsworth.gov.uk

Telephone

+44 2088716000

Country

United Kingdom

NUTS code

UKI75 - Hounslow and Richmond upon Thames

Internet address(es)

Main address

https://www.richmond.gov.uk/

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