Section one: Contracting authority
one.1) Name and addresses
West Northamptonshire Council
One Angel Square
Northampton
procurement@westnorthants.gov.uk
Country
United Kingdom
NUTS code
UKF24 - West Northamptonshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://in-tendhost.co.uk/wnc/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Environmental Enforcement Services
Reference number
WNC00000288
two.1.2) Main CPV code
- 90720000 - Environmental protection
two.1.3) Type of contract
Services
two.1.4) Short description
West Northamptonshire Council wishes to invite tenders as a concession style contract for the supply of services to address environmental offences focussing on littering, fly posting, Public Space Protection Order (PSPO) breaches and other environmental offences within the whole of West Northamptonshire. This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. It is an income contract with no cost to the Council and is below the relevant procurement threshold. While the Council has decided to advertise on a voluntary basis, this does not represent a commitment to follow the official procurement procedure but will preserve the principles of fairness, transparency and act in a proportionate manner.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79715000 - Patrol services
- 90700000 - Environmental services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
two.2.4) Description of the procurement
West Northamptonshire Council wishes to invite tenders as a concession style contract for the supply of services to address environmental offences focussing on littering, fly posting, Public Space Protection Order (PSPO) breaches and other environmental offences within the whole of West Northamptonshire. This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. It is an income contract with no cost to the Council and is below the relevant procurement threshold. While the Council has decided to advertise on a voluntary basis, this does not represent a commitment to follow the official procurement procedure but will preserve the principles of fairness, transparency and act in a proportionate manner.Environmental crime offences are committed daily by members of the public throughout the whole of West Northamptonshire. The offences, which include littering and offences against the current Public Spaces Protection Orders (dogs) are enforced by a small team of Neighbourhood Wardens and are complemented by a current external enforcement contract held by a third party. The contract will be provided on a no cost (concession) basis to support environmental crime work across the whole of West Northants, including enforcing the recently implemented Public Spaces Protection Orders. The successful Supplier will provide the Council with an agreed share of the income (the ‘Concession Fee’) from paid FPN’s. The agreed share will be as per the percentage submission detailed in the tender response.The nature of this model means the Contract is ‘scalable’ and could be expanded if required with no financial cost to the Council. The contract will allow the option to expand the Services for example to include patrols in specified areas, waste and fly tipping enforcement and such other areas of enforcement. Further, the Contractor shall be aware that the Service could be reduced if the rate of issue of FPNs declines for any reason. Any amendments to the Services will be as specified by the Council and agreed by the contractor. The Services are to be managed in a flexible manner in order to respond to specific demands of the Council and changes to legislation or other guidance as appropriate. Full details relating to the Services are provided in the tender documents.Variant bids not offered.Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may applyto this opportunity.The contract start date is anticipated to be 7th December 2024 for an initial period of 3 years (36 months) with the preferred Potential Supplier, with an option to extend for a further period or periods up to a maximum of 2 years in 12 month increments(3+1+1) making 60 months in total. Such extension will be at the Authority’s discretion, after discussion with the contractor.If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home Tenders must be returned via the Portal. The tender return date is midday on Monday 29th July 2024. Tenders received after this time and date will not be accepted. No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.
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
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract start date is anticipated to be 7th December 2024 for an initial period of 3 years (36 months) with the preferred Potential Supplier, with an option to extend for a further period or periods up to a maximum of 2 years in 12 month increments(3+1+1) making 60 months in total. Such extension will be at the Authority’s discretion, after discussion with the contractor.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. It is an income contract with no cost to the Council and is below the relevant procurement threshold. While the Council has decided to advertise on a voluntary basis, this does not represent a commitment to follow the official procurement procedure but will preserve the principles of fairness, transparency and act in a proportionate manner. Applicants will be assessed as set out in the ITT documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
29 July 2024
Local time
12:00pm
Place
Northampton
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. It is below the relevant procurement threshold. While the Council has decided to advertise on a voluntary basis, this does not represent a commitment to follow the official procurement procedure but will preserve the principles of fairness, transparency and act in a proportionate manner.