- Scope of the procurement
- Lot A - Emptying & Cleaning of Dog Fouling Bins
- Lot B - Collection and Disposal of Clinical /Offensive Waste
- Lot C - Cleaning of Open Access Public Toilets
- Lot D - Dead Animal Collection
- Lot E - Asbestos Removal
- Lot F - Street Scene Enforcement Team
- Lot G - Combination or All Lots
Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
London
Hillingdon
London
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
LB Hillingdon - The Provision of Environmental Specialist Cleaning Services
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Hillingdon is inviting tenders from suitably qualified and experienced supplier(s) in relation to entering into an agreement to provide an environmental specialist cleaning services across a number of Lots as detailed below
Lot A - Emptying & Cleaning of Dog Fouling Bins
Lot B - Collection and Disposal of Clinical /Offensive Waste
Lot C - Cleaning of Open Access Public Toilets
Lot D - Collection of Dead animals
Lot E - Asbestos Removal
Lot F - Street Scene Enforcement Team
Lot G - Combination of all Lots
Tenderers can choose to bid for some, all or none of the Lots. There is no limit as to how many Lots a Tenderer can bid for.
Hillingdon reserves the right to award a single Lot, a combination of Lots or all Lots under Lot G, whichever demonstrates the most advantageous tender.
In the event of a supplier failure, a supplier in one Lot may have its contract scope extended to include the Lot in which the failure occurred.
For Lots A to F, the Quality evaluation will account for 50% of the total score, with the Price evaluation accounting for the remaining 50% of the total score.
The London borough of Hillingdon recognises that it may be more convenient for the borough to deliver all Lots under one contract and therefore for Lot G, the quality score will account for 60% of the total score will the price score accounting for the remaining 40% of the total score.
After evaluation, the London Borough of Hillingdon will use the overall weighting to determine whether the Lots will be awarded to individual suppliers or to one overall supplier under Lot G.
If you are bidding for Lot G, but are also able to provide services for individual lots, please ensure that you also bid for each individual Lot using the price that would be applied if all Lots are not awarded to one supplier.
The contract term will be for an initial two years with the option to extend for a further two years.
The total estimated contract value ( including the 2 year extension period is c.£1.5m
Under each of the Lots, the total esimated contract value is based on the initial two years and including the two year extension option.
TUPE regulations will apply under this contract. The Council will provide bidders with information in regard to any of the incumbent Contractors or existing Council staff that may be subject to TUPE (Transfer of Undertakings (Protection of Employment) Regulations) under this contract.
Please refer to the tender portal, www.capitalesourcing.com for the tender pack documentation.
two.1.5) Estimated total value
Value excluding VAT: £1,536,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot A - Emptying & Cleaning of Dog Fouling Bins
Lot B - Collection and Disposal of Clinical /Offensive Waste
Lot C - Cleaning of Open Access Public Toilets
Lot D - Collection of Dead animals
Lot E - Asbestos Removal
Lot F - Street Scene Enforcement Team
Lot G - Combination of all Lots
two.2) Description
two.2.1) Title
Lot No
Lot A - Emptying & Cleaning of Dog Fouling Bins
two.2.2) Additional CPV code(s)
- 39224340 - Bins
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon provides circa 700 dog fouling bins in its parks and open spaces and on the highways, throughout the borough, which require emptying and cleaning each week.
All the dog fouling bins are;
(a) required to be emptied over 2 consecutive days each week.
(b) not to be emptied and cleaned on a weekend.
The schedule of emptying and cleaning of the dog fouling bins will be a pre-determined schedule provided to the supplier, prior to contract commencement, by the London Borough of Hillingdon Representative.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £532,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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
Lot No
Lot B - Collection and Disposal of Clinical /Offensive Waste
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon currently has circa 70 residential properties that require clinical/offensive waste to be collected from and disposed of accordingly. No guarantee is given to the number of properties requiring collection or to the number of bags collected at each therefore may increase or decrease.
The supplier shall be expected to collect and dispose of the following;
(a) Drugs or other pharmaceutical products
(b) Swabs or dressings
(c) Incontinence pads/wipes
(d) Used medical products i.e., dialysis tubing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £352,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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
Lot No
Lot C - Cleaning of Open Access Public Toilets
two.2.2) Additional CPV code(s)
- 39831600 - Toilet cleaners
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon has 11 public toilets that require cleaning once per day along with low level maintenance.
The supplier shall be expected to clean and carry out low level maintenance at the end of each day;
(a) 7 days a week including bank holidays with the exception of Christmas Day and Easter Sunday
(b) After locking each public toilet at 6pm.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £296,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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
Lot No
Lot D - Dead Animal Collection
two.2.2) Additional CPV code(s)
- 37413210 - Animal calls
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The supplier shall be expected to remove, transport and dispose of dead animal carcasses from Harlington Road Depot;
London Borough of Hillingdon
Harlington Road Depot
128 Harlington Road
Hillingdon Middlesex UB8 3EU
The dead animal carcasses will be stored in a freezer, in a frozen state and un-bagged, at the Harlington Road Depot until removal.
1.3The supplier will be responsible for loading the carcasses from the freezer for onward transportation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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
Lot No
Lot E - Asbestos Removal
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon currently requires a service for the safe removal of asbestos that has been reported as fly tipped waste and or requires collection from residential properties from within the borough.
The supplier shall be expected to safely remove the reported asbestos and arrange for the disposal via a licensed facility. The vehicles used in the removal of asbestos shall be of a standard suitable to transport asbestos safely and securely to the licensed facility.
The supplier shall ensure its employees who are tasked with the removal of asbestos shall be adequately trained i.e., ADR trained.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £256,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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
Lot No
Lot F - Street Scene Enforcement Team
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon wishes to engage the services of a supplier who has the necessary expertise, equipment and staff to collect and process waste materials from land in the open air (“the service”) in full compliance with current statutory regulations and good practice for waste management and customer service.
The service is required when the recipient of the statutory notice does not comply, and the London Borough of Hillingdon undertakes the work (“works in default”) and re charges the notice recipient. At present, circa 25% of statutory notices served require works in default.
Requirements
The supplier shall clear, collect waste materials from commercial and private dwellings within the London Borough of Hillingdon as and when works in default is required. The addresses of the premises will be notified to the supplier in advance, via email by the London Borough of Hillingdon.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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 proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2) Description
two.2.1) Title
Lot No
Lot G - Combination or All Lots
two.2.2) Additional CPV code(s)
- 39224340 - Bins
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon is inviting tenders from suitably qualified and experienced supplier(s) in relation to entering into an agreement to provide an environmental specialist cleaning services under Lot G - Combination of all Lots
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,536,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of two (2) years with an option to extend for a further two (2) years , subject to the requirements of the service and the satisfactory performance of the supplier.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the procurement documents via the tender portal, www.capitalesourcing.com
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.2.2) Contract performance conditions
Please refer to the procurement documents via the tender portal, www.capitalesourcing.com
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
22 November 2023
Local time
1:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 November 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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 award a contract for part of the services 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 costs 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.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom