Tender

Provision of a graffiti removal service

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2021/S 000-019833

Procurement identifier (OCID): ocds-h6vhtk-02d4e8

Published 13 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

AMayo@hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

Provision of a graffiti removal service

two.1.2) Main CPV code

  • 90690000 - Graffiti removal services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of the contract is to secure the safe and efficient removal of graffiti and fly posting on public and private property within the London Borough of Hillingdon, in such a way so as to present minimum impact to the London Borough of Hillingdon’s residents whilst operating within stringent targets. There will also be a requirement to complete proactive cleansing of street furniture, litter and dog bins, bus stops, street name plates and signs and any other ad-hoc environmental works as and when required.

Daily graffiti will be required to be removed from, but not limited to:

High level works;

Anti-graffiti coatings;

Graffiti removal in and around canal areas;

Ruisip Lido splash pad pressure washing;

Bio hazard removal and paint spillage clearance;

Graffiti removal from Council owned properties;

Cleaning of Council car park's stairwell areas;

Fly poster removal from all Council owned and private properties and street furniture/highway structures.

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole discretion for a further period of one (1) year extension, giving a total of four (4) years (the Term).

Contract Commencement - December 2021

two.1.5) Estimated total value

Value excluding VAT: £610,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90611000 - Street-cleaning services
  • 90690000 - Graffiti removal services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon
Main site or place of performance

London Borough of Hillingdon

two.2.4) Description of the procurement

The purpose of the contract is to secure the safe and efficient removal of graffiti and fly posting on public and private property within the London Borough of Hillingdon, in such a way so as to present minimum impact to the London Borough of Hillingdon’s residents whilst operating within stringent targets. There will also be a requirement to complete proactive cleansing of street furniture, litter and dog bins, bus stops, street name plates and signs and any other ad-hoc environmental works as and when required.

Daily graffiti will be required to be removed from, but not limited to:

High level works;

Anti-graffiti coatings;

Graffiti removal in and around canal areas;

Ruisip Lido splash pad pressure washing;

Bio hazard removal and paint spillage clearance;

Graffiti removal from Council owned properties;

Cleaning of Council car park's stairwell areas;

Fly poster removal from all Council owned and private properties and street furniture/highway structures.

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole discretion for a further period of one (1) year extension, giving a total of four (4) years (the Term).

Contract Commencement - December 2021

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Council intends to award a contract for these services for a period of up to three (3) years with an

option to extend for up to a further one (1) subject to agreement and satisfactory

performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council intends to award a contract for these services for a period of up to three (3) years with an

option to extend for up to a further one (1) subject to agreement and satisfactory

performance

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


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: Yes

four.2) Administrative information

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

Date

13 September 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

14 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3-4 Years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Cntre

Uxbridge

UB8 1UW

Country

United Kingdom