Tender

Streetscene Services (Grounds Maintenance and Street Cleaning)

  • Woking Borough Council (WBC)

F02: Contract notice

Notice identifier: 2023/S 000-022989

Procurement identifier (OCID): ocds-h6vhtk-03edbb

Published 7 August 2023, 6:43pm



Section one: Contracting authority

one.1) Name and addresses

Woking Borough Council (WBC)

Civic Offices Gloucester Square

Woking

GU21 6YL

Contact

Lara Pereira

Email

lara.pereira@woking.gov.uk

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

www.woking.gov.uk

Buyer's address

www.woking.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/wokingboroughcouncil/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/wokingboroughcouncil/

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

Streetscene Services (Grounds Maintenance and Street Cleaning)

Reference number

00000002-2023

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Woking Borough Council (the "Council") invites tenders from suitability qualified and experienced organisations for the provision of its streetscene services (grounds maintenance, street cleaning and allied services) contract (the "Contract").

two.1.5) Estimated total value

Value excluding VAT: £45,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey
Main site or place of performance

Borough of Woking Surrey

two.2.4) Description of the procurement

This Contract shall include the following Services: •Cleansing of streets and open spaces •Removal of rubbish and fly tips, including the provision of a dedicated crew for fly-tip response; •Car parks cleansing; •Subway cleansing; •Markets cleansing; •Special events; •Removal of leaf and blossom fall; •Emptying of litter and on-street recycling bins; •Removal and storage of abandoned shopping trolleys; •Gum removal and street washing; •Removal and storage of dead animals; •Transfer and disposal of cleansing waste; •Out of hours emergency service; •Playground inspections; •Removal of flyposting; •Weed treatment; •Fast response cleansing; •Grounds Maintenance Cyclical works (Grass cutting, shrub & hard surface maintenance); •Parks and open spaces; •Sports pitches; •Landscaping; •Tree surgery/ Arboriculture works; •Support to emergencies including flooding and snow clearance. The Council are seeking innovative proposals to meet the affordability challenge whilst maintaining a good quality standard for residents.The procurement is undertaken pursuant to the competitive dialogue procedure. Economic operators will need to register on the portal in order to participate and the registration is free. All procurement documentation is available from, and all communication is to be conducted via the portal at In-Tend https://in-tendhost.co.uk/wokingboroughcouncil/aspx/Home.Broadly, to express interest economic operators must complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation.

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: £45,000,000

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

Duration in months

192

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

Date

8 September 2023

Local time

12:00pm

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

18 September 2023

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: 3 (from the date stated for receipt of tender)


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 Council’s needs and requirements for the Contract are included in the procurement documentation. It should be noted that the Council is under significant financial pressure and is facing an affordability challenge for this contract. As such, this procurement process is seeking innovative proposals to aid the Council in lowering the contract price whilst seeking to maintain a good quality standard for residents.Following submissions of the completed SQs, the Council will apply the selection stage criteria. The Council intends to select up to five (5) economic operators to progress from SQ stage to invitation to participate in dialogue and invitation to submit detailed solutions. Following evaluation of detailed solutions, the Council will invite all the bidders to detailed dialogue sessions. Once the Council identifies the solution/solutions capable of meeting its needs, dialogue will be concluded, and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.TUPE will apply.The Council reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. The Council further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly.The estimated value at Sections II.1.5 and II.2.6 is for the entire maximum possible contract period of 16 years. In arriving at the estimated value, the Authority has considered without limitation current value of the services and the need to deliver significant savings through this procurement exercise. However, the estimated value does not take into account indexation of the contract price, which is set out in the Contract documentation. Applicants are solely responsible for costs and expenses incurred in connection with the preparation and submission of the SQ. Under no circumstances will the Council or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.Applicants should note that the procurement documentation provide indicative information of the Council’s approach in the procurement process at this stage and are for general information only. The Council reserves the right to vary, amend and update any aspects of the procurement documentation and final details and versions will be confirmed to those applicants who are invited to participate in dialogue.Tenderers should ensure that email address used to register will be checked regularly.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

Country

United Kingdom