Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth and London Borough of Richmond-upon-Thames
Town Hall, Wandsworth High Street
Wandsworth
SW18 2PU
Contact
Central Procurement Team
procurement@richmondandwandsworth.gov.uk
Telephone
+44 2088716000
Country
United Kingdom
Region code
UKI34 - Wandsworth
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://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Litter and Fly-tipping Services
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Concessionaire shall be responsible for undertaking the Services in high footfall or at hotspot highway areas within the Boroughs. This shall include issuing FPNs for littering and fly tipping offences, attending court to give evidence in the event that an FPN has not been paid, ensures FPNs are issued correctly etc
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI34 - Wandsworth
- UKI75 - Hounslow and Richmond upon Thames
two.2.4) Description of the procurement
The Concessionaire shall be responsible for undertaking the Services in high footfall or at hotspot highway areas within the Boroughs. This shall include issuing FPNs for littering and fly tipping offences, attending court to give evidence in the event that an FPN has not been paid, ensures FPNs are issued correctly etc
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
Start date
11 March 2025
End date
11 March 2028
This contract is subject to renewal
Yes
Description of renewals
3 years + 2 years (extension)
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.2.14) Additional information
Please see tender documents for more information
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2024
Local time
12:00pm
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
Tender must be valid until: 20 September 2024
four.2.7) Conditions for opening of tenders
Date
16 February 2024
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1 2AS
prourement@richmondandwandsworth.gov.uk
Country
United Kingdom