Contract

Walthamstow Wetlands Management Services

  • London Borough of Waltham Forest

F03: Contract award notice

Notice identifier: 2021/S 000-007889

Procurement identifier (OCID): ocds-h6vhtk-02a642

Published 15 April 2021, 11:41am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Waltham Forest

Waltham Forest Town Hall, 701 Forest Road

Walthamstow

E17 4JF

Contact

Mr Stephen Abraham

Email

Stephen.Abrahams@walthamforest.gov.uk

Telephone

+44 7341548530

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.walthamforest.gov.uk/

Buyer's address

http://www.walthamforest.gov.uk/

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

Walthamstow Wetlands Management Services

Reference number

DN476812

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Walthamstow Wetlands Management Services contract. The Delivery Provider will deliver conservation, ecology and education activities for the Walthamstow Wetlands (WW) project. The Delivery Provider will also be responsible for the overall management of visitor engagement and management of leased premises on site.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,853,489

two.2) Description

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

The procurement is for a Delivery Provider to manage the Walthamstow Wetlands (WW) project to gain the benefit of their expertise to both improve its management and reduce its running costs. The

latter may arise from a combination of making operations more efficient, sponsorship, increasing on-site income or obtaining charitable donations.

two.2.5) Award criteria

Quality criterion - Name: 1.Experience and Capabilities. 2. Approach to Methodology 3. Resource and Capacity to Deliver 4. Social Value 5. Partnership Working and Stakeholder Management 6. Organisational Structure & Programme Delivery / Weighting: 60

Price - Weighting: 40

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 087-209380


Section five. Award of contract

Contract No

DN476812

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 January 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

London Wildlife Trust

1st Floor Dean Bradley House 52 Horseferry Rd

London

SW1P 2AF

Email

enquiries@wildlondon.org.uk

Telephone

+44 2072610447

Country

United Kingdom

NUTS code
  • UKI53 - Redbridge and Waltham Forest
National registration number

01600379

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,853,489


Section six. Complementary information

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

C2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contract Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The contracting authority has observed the required deadline before awarding this contract.