Contract notice

Information

Published

Expire date: 19/04/2021

External Reference: 2021-506661

FTS Reference: 2021-005764

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Folashade Duyile
NUTS code:  UKI45 -  Lambeth
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37186&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

London Borough of Lambeth Block Cleaning and Concierge Services Contract
Reference number:  LBL/WS4/ML
II.1.2)

Main CPV code

90900000  -  Cleaning and sanitation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth is seeking a supplier to undertake a holistic cleaning and concierge service to its 33 839 council-owned homes borough - wide, including the routine and ad hoc cleaning of communal areas, housing estates and other buildings within the borough — together with ad hoc ancillary housing management services, emergency response, graffiti removal, deep clean, pressurised water cleaning and Fire Risk Assessments (FRA) and Related Remedial Actions services, waste (bulk refuse and fly tipping) removal/ disposal services and the Concierge Service. The contract will be for the whole borough and the contract value is set out below. The contract will be for a period of six (6) years, with two separate possible extensions of four (4) years each. The maximum total possible Contract Period is fourteen (14) years (i.e. 6 + 4 + 4). The maximum contract value allowing for ad hoc and routine work is £99,050,000.00 for the maximum 14 year period.
II.1.5)

Estimated total value

Value excluding VAT: 99050000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

90500000  -  Refuse and waste related services
90510000  -  Refuse disposal and treatment
90610000  -  Street-cleaning and sweeping services
90640000  -  Gully cleaning and emptying services
90690000  -  Graffiti removal services
90911000  -  Accommodation, building and window cleaning services
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

The London Borough of Lambeth is seeking a supplier to undertake a holistic cleaning and concierge service to its 33 839 council-owned homes borough-wide, including the cleaning of communal areas, housing estates and other buildings — together with ancillary housing management services. The scope of the works to be undertaken in this contract includes but is not restricted to:
• Cleaning of Internal Communal Areas (i.e. areas inside the boundaries of buildings);
• Welfare areas on estates;
• Low level flat roofs;
• Gullies (excluding all those on highways and adjacent to refuse / bin chambers);
• Drains, downpipes and gutters;
• Window Cleaning;
• Graffiti Removal;
• Ad hoc Deep Cleans including refuse / bin chambers;
• Ad hoc Pressurised Water Cleaning, including the Cleaning of Refuse Chutes;
• Dealing with Emergencies;
• Fire Risk Assessments (FRA) and Related Remedial Actions; and
• The Concierge Service.
The above services consist of those that are required on a regular planned basis to maintain a clean and safe environment and those that are required on a reactive basis to deal with specific situations and emergencies.
It is currently anticipated that the proposed Block Cleaning and Concierge Contract will start on the 01 October 2021, and will be for a period of six (6) years, with two separate possible extensions of four (4) years each. The total possible Contract Period is fourteen (14) years (i.e. 6 + 4 + 4).
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: 99050000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will be for six (6) years with the option, as set out in contract terms, of two separate possible extensions of four (4) years each.
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.1.2)

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 procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  19/04/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 11/05/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) will apply on the award of this contract. There are approximately 192 employees providing the current cleaning and concierge service who will have protection and transfer rights under TUPE in the event of a change of contractor.
The Council is committed to pay equality and in this regard, all employees (interim and permanent; full time and part time; PAYE and contract) associated with this contract must be paid at least the current London Living Wage as the same may change over the term. This also applies to any subcontractor staff that spend at least half of their time on this contract.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The High Court
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures: in accordance with Regulations 86 of the Public Contracts Regulations 2015 (as amended), the authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the ‘Award Decision Notice’ at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative
advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Bidders have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England and Wales.
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1 2AS
UK