Section one: Contracting authority
one.1) Name and addresses
London Borough of Hounslow
Hounslow House, 7 Bath Road
Hounslow
TW3 3EB
Contact
Angela Cochrane
angela.cochrane@hounslow.gov.uk
Telephone
+44 2085834492
Country
United Kingdom
NUTS code
UKI75 - Hounslow and Richmond upon Thames
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Western International Market Cleaning, Waste & Recycling Services
Reference number
DN585715
two.1.2) Main CPV code
- 90900000 - Cleaning and sanitation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Market was built in 2008 and operates as a wholesale fruit and vegetable market. It covers an operational area of some 26 acres. It comprises 2 main buildings – The Produce Hall (c.82,000 sq ft) and The Flower Hall (c27,500sq ft). In addition, the site encompasses an area for the management of the Market’s waste and recycling activities, a Security Kiosk, a Staff Welfare Room, an overspill car park, overnight lorry park and a staff and visitors car park used at weekends for a Sunday market.
There are over circa. 90 units which host approximately 70 Tenants. These Tenants are predominantly fresh fruit and/or vegetable sellers. There are a few Tenants who sell fresh flowers and some others who supply ‘dry goods’ such as baskets, vases and other sundries. There are circa 10 other units, the main uses of which are offices and banks, and one is a cafe.
We are seeking contractor(s) to deliver high standard services of Cleaning, Waste and Recycling to the market and its tenants. The tenants take an active interest in the market and are willing to work with service providers to achieve better waste management outcomes.
two.1.5) Estimated total value
Value excluding VAT: £4,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cleaning and Waste Management
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKI75 - Hounslow and Richmond upon Thames
two.2.4) Description of the procurement
Lot S1 relates to the cleaning and litter removal from external common working areas and internal trading halls and the collection and preparation for recycling / disposal of all waste generated on site by Tenants and others located on the site.*
The waste management contract refers purely to the collection and storage of all waste generated on site ready for removal and disposal off site. The contract for the transport of waste from the site is a separate lot.
(* Note; the cleaning of other areas, including offices and toilets, is covered by a separate lot.)
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
60
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
Common Part Cleaning Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKI75 - Hounslow and Richmond upon Thames
two.2.4) Description of the procurement
The services shall comprise the cleaning of internal and specified external areas of the buildings located at the Western International Market.
Day to day cleaning shall be carried out between the hours 08:00am until 16:00pm (Tenderers should propose when) with the exception of public toilets, for which the Contractor will also be responsible for overnight cleaning. Other cleaning services such as window and cladding cleaning shall be carried out on agreed dates or during agreed periods, as agreed with the Authorised Officer.
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
60
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
Drainage Cleaning Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90640000 - Gully cleaning and emptying services
- 90913000 - Tank and reservoir cleaning services
two.2.3) Place of performance
NUTS codes
- UKI75 - Hounslow and Richmond upon Thames
two.2.4) Description of the procurement
The Contractor shall provide all supervision, labour, materials, and equipment necessary for the maintenance and cleaning the drains and drainage systems.
The scope of regular services in this Contract includes:
a) Internal gullies. The Contractor will clear, clean and disinfect all gullies on a monthly basis. The Contractor will refill with water and disinfectant. The Contractor will also clean the grates and generally leave the site in a clean and tidy state.
b) Oil/Water Interceptors. The Contractor will empty all 50 litre interceptors on a monthly basis (total 2,000 gallons). Tenderers should provide a separate rate to empty these.
c) External silt pits and slot drains: The Contractor will clear and clean every 3 months. However, these are alarmed, and so additional call outs may be required when the alarm indicates they are near capacity. Tenderers are required to provide an additional call-out charge.
d) Foul interceptor (1,200l). The Contractor will empty the foul interceptor on a quarterly basis. However, this is alarmed, and so additional call outs may be required when the alarm indicate that it is near capacity. Tenderers are required to provide an additional call-out charge.
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
60
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
Recycling Services
Lot No
4
two.2.2) Additional CPV code(s)
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UKI75 - Hounslow and Richmond upon Thames
two.2.4) Description of the procurement
The Authority is mindful of its target aim of achieving the maximum possible efficiency in the disposal of waste from the site whilst ensuring economic effectiveness. High quality monthly data reporting, which will help the Authority to achieve its aim of understanding the nature and quantity of waste that it produces to reduce costs, will be an integral part of any contract. Bids are invited from specialist providers/recycling experts for this sub lot in isolation based on the premise that the waste will be collected on behalf of the bidder who will be responsible for working with the Lot S1 contractor to facilitate removal /recycling.
The optimum economic and environmental approach to waste disposal is therefore now sought based on sound principles in terms of recycling and generating economies of scale and financial benefits where feasible from waste removal.
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
60
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 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
17 January 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 January 2022
Local time
1:00pm
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
High Court
Strand
London
WC2A 2LL
Country
United Kingdom