Construction Tenders

Thu October 17 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 7

Status Active

Published 30th Oct 2023

Tender Details
Referenceocds-h6vhtk-040ffb
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£1,536,000
« Previous Page

London

Category Services

Type

No. of Lots 7

Status Active

Published 30th Oct 2023

Tender Details
Referenceocds-h6vhtk-040ffb
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£1,536,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

AMayo [at] hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

I.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

LB Hillingdon - The Provision of Environmental Specialist Cleaning Services

II.1.2) Main CPV code

  • 90910000 - Cleaning services

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: £1,536,000

II.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

II.2) Description

II.2.1) Title

Lot No

Lot A - Emptying & Cleaning of Dog Fouling Bins

II.2.2) Additional CPV code(s)

  • 39224340 - Bins

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £532,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

Lot B - Collection and Disposal of Clinical /Offensive Waste

II.2.2) Additional CPV code(s)

  • 90524200 - Clinical-waste disposal services
  • 90650000 - Asbestos removal services

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £352,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

Lot C - Cleaning of Open Access Public Toilets

II.2.2) Additional CPV code(s)

  • 39831600 - Toilet cleaners

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £296,200

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

Lot D - Dead Animal Collection

II.2.2) Additional CPV code(s)

  • 37413210 - Animal calls

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

Lot E - Asbestos Removal

II.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £256,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

Lot F - Street Scene Enforcement Team

II.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £180,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

II.2) Description

II.2.1) Title

Lot No

Lot G - Combination or All Lots

II.2.2) Additional CPV code(s)

  • 39224340 - Bins
  • 90524100 - Clinical-waste collection services
  • 90524200 - Clinical-waste disposal services

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £1,536,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the procurement documents via the tender portal, www.capitalesourcing.com


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

22 November 2023

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

30 November 2023

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2 years

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre

Uxbridge

UB8 1UW

Country

United Kingdom