Section one: Contracting authority
one.1) Name and addresses
Liverpool Streetscene Services Ltd
Newton Road
Liverpool
L13 3HS
Contact
Mr Greg Nixon
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