Tender

LSSL Street Cleansing Vehicle Hire (Framework)

  • Liverpool Streetscene Services Ltd

F02: Contract notice

Notice identifier: 2022/S 000-027175

Procurement identifier (OCID): ocds-h6vhtk-036c1d

Published 28 September 2022, 1:30pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool Streetscene Services Ltd

Newton Road

Liverpool

L13 3HS

Contact

Mr Greg Nixon

Email

greg.nixon2@liverpool.gov.uk

Country

United Kingdom

Region code

UKD72 - Liverpool

Internet address(es)

Main address

https://liverpool.gov.uk/business/liverpool-streetscene-services-ltd/

one.3) Communication

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

http://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://procontract.due-north.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

LSSL Street Cleansing Vehicle Hire (Framework)

Reference number

DN634961

two.1.2) Main CPV code

  • 34144430 - Road-sweeping vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance.

One of the largest contracts LSSL has is Street Cleansing. This contract is responsible for road sweeping, graffiti cleaning, flytip removal, litter bin servicing, waste transfer, weed spraying and special event cleansing across the City of Liverpool.

The service has recently gone through a service review and one of areas as part of that was the introduction of a Fleet Replacement Strategy. The fleet replacement is to be carried out over two stages, with this first stage focusing on; Compact Sweepers, Chassis Mounted Sweepers and 7.5t Refuse Collection Vehicles (RCVs).

This tender exercise will create a framework agreement for LSSL to hire the below vehicle types;

Vehicle 1 – Compact Sweepers (3.5t)

Vehicle 2 – Compact Sweepers [Hako Citymaster 1650] (3.5t)

Vehicle 3 – Chassis Mounted Sweepers (7.5t)

Vehicle 4 – Chassis Mounted Sweepers (15t)

Vehicle 5 – Small Refuse Collection Vehicles (7.5t)

LCC plan to appoint a single supplier to each lot, the call-off method will be via direct award.

two.1.5) Estimated total value

Value excluding VAT: £3,414,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Compact Sweepers (3.5t)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34144430 - Road-sweeping vehicles

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Lot 1 - Compact Sweepers – Quantity Required: 6

Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges.

Where possible, alternatively fuelled vehicles will be considered.

Sweepers must be duel sweep.

Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression

Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear.

Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear.

Sweepers must be fitted with a direction arrow board on the rear

Sweepers must be fitted with hand lance/washing equipment.

Sweepers must be fitted with a wander hose (not rear mounted)

On board weighing systems for sweepers are preferred but not essential.

Cyclist awareness system must be fitted to all vehicles.

Teal hand wash system is optional.

Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch.

Vehicles should have unladen weight or payload capacity displayed on the body by decal.

Vehicles must have reverse cameras/alarms.

Sweepers must have air conditioning

Sweepers must be plated at 3.5t GVW.

LSSL’s preference is for new vehicles due to the length of the contract, however ‘nearly new’ vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £972,000

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

Duration in months

48

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) Description

two.2.1) Title

Compact Sweepers (Hako Citymaster 1650) (3.5t)

Lot No

2

two.2.2) Additional CPV code(s)

  • 34144430 - Road-sweeping vehicles

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Compact Sweepers (Hako Citymaster 1650) – Quantity Required: 1

Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges.

Where possible, alternatively fuelled vehicles will be considered.

Sweepers must be duel sweep.

Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression

Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear.

Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear.

Sweepers must be fitted with a direction arrow board on the rear

Sweepers must be fitted with hand lance/washing equipment.

Sweepers must be fitted with a wander hose (not rear mounted)

On board weighing systems for sweepers are preferred but not essential.

Cyclist awareness system must be fitted to all vehicles.

Teal hand wash system is optional.

Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch.

Vehicles should have unladen weight or payload capacity displayed on the body by decal.

Vehicles must have reverse cameras/alarms.

Sweepers must have air conditioning

Sweepers must be plated at 3.5t GVW.

LSSL’s preference is for new vehicles due to the length of the contract, however ‘nearly new’ vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £144,000

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

Duration in months

48

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) Description

two.2.1) Title

Chassis Mounted Sweepers (7.5t)

Lot No

3

two.2.2) Additional CPV code(s)

  • 34144430 - Road-sweeping vehicles

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Chassis Mounted Sweepers (7.5T) – Quantity Required: 2

Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges.

Where possible, alternatively fuelled vehicles will be considered.

Sweepers must be duel sweep.

Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression

Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear.

Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear.

Sweepers must be fitted with a direction arrow board.

Sweepers must be fitted with hand lance/washing equipment.

Sweepers must be fitted with a wander hose to the rear.

On board weighing systems for sweepers are preferred but not essential.

Cyclist awareness system must be fitted to all vehicles.

Teal hand wash system is optional.

Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch.

Vehicles should have unladen weight or payload capacity displayed on the body by decal.

Vehicles must have reverse cameras/alarms.

Sweepers must be plated at 7.5t GVW.

7.5t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre.

Vehicles must be left hand drive with relevant warning decals to the rear

Vehicles must be digital tachograph capable

LSSL’s preference is for new vehicles due to the length of the contract, however ‘nearly new’ vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £360,000

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

Duration in months

48

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) Description

two.2.1) Title

Chassis Mounted Sweepers (15t)

Lot No

4

two.2.2) Additional CPV code(s)

  • 34144430 - Road-sweeping vehicles

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Chassis Mounted Sweepers (15T) – Quantity Required: 4

Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges.

Where possible, alternatively fuelled vehicles will be considered.

Sweepers must be duel sweep.

Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression

Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear.

Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear.

Sweepers must be fitted with a direction arrow board.

Sweepers must be fitted with hand lance/washing equipment.

Sweepers must be fitted with a wander hose to the rear.

On board weighing systems for sweepers are preferred but not essential.

Cyclist awareness system must be fitted to all vehicles.

Teal hand wash system is optional.

Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch.

Vehicles should have unladen weight or payload capacity displayed on the body by decal.

Vehicles must have reverse cameras/alarms.

Sweepers must be plated at 15t GVW.

15t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre.

Vehicles must be left hand drive with relevant warning decals to the rear

Vehicles must be digital tachograph capable

LSSL’s preference is for new vehicles due to the length of the contract, however ‘nearly new’ vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £786,000

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

Duration in months

48

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) Description

two.2.1) Title

Small Refuse Collection Vehicles (7.5t)

Lot No

5

two.2.2) Additional CPV code(s)

  • 34144511 - Refuse-collection vehicles

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Refuse Collection Vehicles (RCVs) – Quantity Required: 6

Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges.

Where possible, alternatively fuelled vehicles will be considered.

On board weighing systems are preferred but not essential.

Cyclist awareness system must be fitted to all vehicles.

Teal hand wash system is optional.

Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch.

Vehicles should have unladen weight or payload capacity displayed on the body by decal.

Vehicles must have reverse cameras/alarms.

RCVs must be plated at 7.5t GVW.

RCVs are to be left hand drive, with warning decals to the rear

RCVs must be able to lift both domestic wheelie bins (240L) and euro bins (660L & 1100L)

LSSL’s preference is for new vehicles due to the length of the contract, however ‘nearly new’ vehicles will be considered, but will be scored accordingly as outlined in the ITT document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,152,000

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

Duration in months

48

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


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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

31 October 2022

Local time

10:00am

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)

four.2.7) Conditions for opening of tenders

Date

31 October 2022

Local time

10:00am


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

Liverpool City Council

Cunard Building

Liverpool

L3 1DS

Country

United Kingdom