Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Folashade Duyile
Country
United Kingdom
NUTS code
UKI45 - Lambeth
National registration number
n/a
Internet address(es)
Main address
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