Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westminster City Council
16th Floor, 64 Victoria Street
London
SW1E 6QP
UK
Contact person: Alex Streatfeild-James
E-mail: asjames@westminster.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst
Tenders or requests to participate must be sent 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
Tendering Portal
II.1.2) Main CPV code
90910000
II.1.3) Type of contract
Services
II.1.4) Short description
The council has 12 public conveniences that require cleaning and maintaining with a further two sites potentially requiring cleaning and maintenance on a temporary basis:
1.2 Public Convenience Locations
Public Convenience ‘Core’ Locations
1 Covent Garden St James’s
2 Green Park St James’s
3 Piccadilly Circus West End
4 Parliament Square St James’s
5 Victoria Embankment St James’s
6 Westminster Pier St James’s
7 Leicester Square St James’s
8 Paddington Street Marylebone
9 Queensway Bayswater
10 Wellington Place Regent’s Park
11 Great Marlborough Street/Carnaby Street West End
12 Jubilee Hall (Covent Garden piazza) St James’s
Public Convenience ‘Optional’ Locations
13 Walterton Road, junction with Harrow Road Harrow Road
14 Church Street, junction with Salisbury Street Church Street
It is currently anticipated that the Walterton Road public convenience will be permanently closed from approximately April 2025 as a result of a public realm design scheme. The Church Street PC comprises three cubicle toilets on the exterior of a café building. The current intention is that the café operator will clean and maintain these facilities, but this position remains under review and they may form part of this contract.
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI32
II.2.4) Description of the procurement
The council has 12 public conveniences that require cleaning and maintaining with a further two sites potentially requiring cleaning and maintenance on a temporary basis:
1.2 Public Convenience Locations
Public Convenience ‘Core’ Locations
1 Covent Garden St James’s
2 Green Park St James’s
3 Piccadilly Circus West End
4 Parliament Square St James’s
5 Victoria Embankment St James’s
6 Westminster Pier St James’s
7 Leicester Square St James’s
8 Paddington Street Marylebone
9 Queensway Bayswater
10 Wellington Place Regent’s Park
11 Great Marlborough Street/Carnaby Street West End
12 Jubilee Hall (Covent Garden piazza) St James’s
Public Convenience ‘Optional’ Locations
13 Walterton Road, junction with Harrow Road Harrow Road
14 Church Street, junction with Salisbury Street Church Street
It is currently anticipated that the Walterton Road public convenience will be permanently closed from approximately April 2025 as a result of a public realm design scheme. The Church Street PC comprises three cubicle toilets on the exterior of a café building. The current intention is that the café operator will clean and maintain these facilities, but this position remains under review and they may form part of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
30/11/2024
End:
29/11/2028
This contract is subject to renewal: Yes
Description of renewals:
optional 5 year extension
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/10/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
10/09/2024