Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Andrew Clark
andrew.clark@royalgreenwich.gov.uk
Telephone
+44 2089214334
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.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
SPS2409 - Services for the Provision of Weed Control
Reference number
DN572032
two.1.2) Main CPV code
- 77312000 - Weed-clearance services
two.1.3) Type of contract
Services
two.1.4) Short description
Royal Borough Greenwich is seeking to commission a company which has the resources and expertise to provide a weed spraying service throughout the months of April – October for the period of this Contract (April 2022 – March 2025).
two.1.5) Estimated total value
Value excluding VAT: £230,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Royal Borough Greenwich is seeking to commission a company which has the resources and expertise to provide a weed spraying service throughout the months of April – October for the period of this Contract (April 2022 – March 2025).
Royal Borough Greenwich aims to maintain the high quality of the environment throughout the whole borough. The cleanliness of our highways and estates is imperative to maintain the high standards we seek for those living and working in the borough, as well as visiting and travelling through the borough. To be able to maintain a consistent level of high standards, Streets Services sweep approximately 1550 (one thousand five hundred and fifty) linear kilometers of highway residential and town centre roads and a further 7 (seven) linear kilometers of River Pathway. This operation includes the removal of all weeds from these areas.
The work to be carried out refers to the total control of all vegetation growing in the hard surface area within the affected property identified by the Borough, which includes the following:
• The whole width of the footway to the kerb including to the rear of footways abutting brick, stone or other types of wall and the first 300mm of carriageway at the bottom of the kerb;
• hard areas of traffic islands, central reservations of carriageways, roundabouts (including kerbs) 300mm width of carriageway adjacent to the kerb, but excluding the remainder of the carriageways;
• hedge lines and garden boundaries;
• around the bases of street furniture;
• pedestrian precincts;
• footpaths / alleys / walkways / stepped areas that are part of the public highway/ public rights of way that are paved;
• service roads;
• grass verge edging.
The Contract period will to be for 3 years.
The terms and conditions of contract that have been published alongside this notice in the Invitation to tender (ITT) pack are subject to change. The evaluation criteria will
be based on the Most economically advantageous tender (MEAT).
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
36
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: 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
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement
documents.
This procurement will be managed electronically via the RBG Proactis Procontract
etendering
suite. To participate in the procurement, participants shall first be registered on
the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be
done online at https://royalgreenwich.proactishosting.com/ by following the link
https://procontract.duenorth.com/register.
Please note that, to register, bidders must have a valid DUNS number (as provided by Dun
and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you
allow a sufficient amount of time to register. Full instructions can be found at
https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest
for a specific procurement. This is done by looking at the opportunities sections. The
registered user will receive a notification email to alert them once this has been done.
As a user of the e-Tendering Suite you will have access to proactis e-portal email messaging
service which facilitates all messages sent to you and from you in relation to any specific RFX
event. Please note, it is your responsibility to access these emails on a regular basis to
ensure you have sight of all relevant information applicable to this opportunity. For technical
assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone:
03450103503
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Details are in the procurement documents (ITT pack).
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
15 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
London
SW1A 2AS
Country
United Kingdom