Tender

Provision of a Weed Control Service in the London Borough of Harrow

  • London Borough of Harrow

F02: Contract notice

Notice identifier: 2024/S 000-030108

Procurement identifier (OCID): ocds-h6vhtk-047d95

Published 20 September 2024, 10:00am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Harrow

London Borough of Harrow, Forward Drive

Harrow

HA3 8FL

Contact

Mr Martin Trim

Email

Martin.Trim@harrow.gov.uk

Telephone

+44 2088635611

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.3) Communication

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

http://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.londontenders.org/

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 Weed Control Service in the London Borough of Harrow

Reference number

DN730715

two.1.2) Main CPV code

  • 77312100 - Weed-killing services

two.1.3) Type of contract

Services

two.1.4) Short description

London Borough of Harrow (the Council) is seeking to appoint a service provider to enter into a contract for provision of a Weed Control Service, covering carriageways and footways in the London Borough of Harrow.

two.1.5) Estimated total value

Value excluding VAT: £480,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77312100 - Weed-killing services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

The work to be carried out refers to the control of all vegetation growing within the affected hard surface areas identified by the Council, which includes maintaining around 457.4km of carriageways, 935.1 km of footways and 935.1km of channels. In addition to routine Services the Council may require the Contractor to carry out one off additional Weed Control Services. In addition to routine Services as set out in the Specification the Council may require the Contractor to carry out one off additional, unspecified work similar to that required by the Specification. The additional unspecified work shall be charged at daily, hourly, or operational rates as set out in the Pricing Document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £480,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Authority is looking for potential service provider(s) to be awarded a contract for a period of 36 months with an option to extend for 24 months at the discretion of the Council.

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

The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or abandon this procurement exercise at any time and/or to award a contract for part of the Service/supplies at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all cost incurred by any applicant and/or tenderer before signature of any contract with the contracting Authority shall be incurred entirely at that applicants/tenderers risk.


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

In the procurement documents.

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021747

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

Date

21 October 2024

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

21 October 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Harrow

Forward Drive

Harrow

HA3 8FL

Email

martin.trim@harrow.gov.uk

Country

United Kingdom