Opportunity

London Borough of Lambeth Block Cleaning and Concierge Services Contract

  • London Borough of Lambeth

F02: Contract notice

Notice reference: 2021/S 000-005764

Published 22 March 2021, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Folashade Duyile

Email

FDuyile@lambeth.gov.uk

Country

United Kingdom

NUTS code

UKI45 - Lambeth

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37186&B=LBLAMBETH

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37186&B=LBLAMBETH

Tenders or requests to participate must be submitted to the above-mentioned address

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

London Borough of Lambeth Block Cleaning and Concierge Services Contract

Reference number

LBL/WS4/ML

two.1.2) Main CPV code

  • 90900000 - Cleaning and sanitation services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Lambeth is seeking a supplier to undertake a holistic cleaning and concierge service to its 33 839 council-owned homes borough - wide, including the routine and ad hoc cleaning of communal areas, housing estates and other buildings within the borough — together with ad hoc ancillary housing management services, emergency response, graffiti removal, deep clean, pressurised water cleaning and Fire Risk Assessments (FRA) and Related Remedial Actions services, waste (bulk refuse and fly tipping) removal/ disposal services and the Concierge Service. The contract will be for the whole borough and the contract value is set out below. The contract will be for a period of six (6) years, with two separate possible extensions of four (4) years each. The maximum total possible Contract Period is fourteen (14) years (i.e. 6 + 4 + 4). The maximum contract value allowing for ad hoc and routine work is £99,050,000.00 for the maximum 14 year period.

two.1.5) Estimated total value

Value excluding VAT: £99,050,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment
  • 90610000 - Street-cleaning and sweeping services
  • 90640000 - Gully cleaning and emptying services
  • 90690000 - Graffiti removal services
  • 90911000 - Accommodation, building and window cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.2.4) Description of the procurement

The London Borough of Lambeth is seeking a supplier to undertake a holistic cleaning and concierge service to its 33 839 council-owned homes borough-wide, including the cleaning of communal areas, housing estates and other buildings — together with ancillary housing management services. The scope of the works to be undertaken in this contract includes but is not restricted to:

• Cleaning of Internal Communal Areas (i.e. areas inside the boundaries of buildings);

• Welfare areas on estates;

• Low level flat roofs;

• Gullies (excluding all those on highways and adjacent to refuse / bin chambers);

• Drains, downpipes and gutters;

• Window Cleaning;

• Graffiti Removal;

• Ad hoc Deep Cleans including refuse / bin chambers;

• Ad hoc Pressurised Water Cleaning, including the Cleaning of Refuse Chutes;

• Dealing with Emergencies;

• Fire Risk Assessments (FRA) and Related Remedial Actions; and

• The Concierge Service.

The above services consist of those that are required on a regular planned basis to maintain a clean and safe environment and those that are required on a reactive basis to deal with specific situations and emergencies.

It is currently anticipated that the proposed Block Cleaning and Concierge Contract will start on the 01 October 2021, and will be for a period of six (6) years, with two separate possible extensions of four (4) years each. The total possible Contract Period is fourteen (14) years (i.e. 6 + 4 + 4).

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: £99,050,000

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 contract will be for six (6) years with the option, as set out in contract terms, of two separate possible extensions of four (4) years each.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 April 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 May 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) will apply on the award of this contract. There are approximately 192 employees providing the current cleaning and concierge service who will have protection and transfer rights under TUPE in the event of a change of contractor.

The Council is committed to pay equality and in this regard, all employees (interim and permanent; full time and part time; PAYE and contract) associated with this contract must be paid at least the current London Living Wage as the same may change over the term. This also applies to any subcontractor staff that spend at least half of their time on this contract.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: in accordance with Regulations 86 of the Public Contracts Regulations 2015 (as amended), the authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the ‘Award Decision Notice’ at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative

advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Bidders have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England and Wales.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1 2AS

Country

United Kingdom