Section one: Contracting authority
one.1) Name and addresses
London Borough of Camden
London Borough of Camden, 5 Pancras Square
London
N1C 4AG
Country
United Kingdom
Region code
UKI31 - Camden and City of London
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://procontract.due-north.com/Advert/Index?advertId=c8c46246-173d-ef11-812d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=c8c46246-173d-ef11-812d-005056b64545
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
DN731494
two.1.2) Main CPV code
- 98000000 - Other community, social and personal services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Camden is seeking tenders from suitable organisations for an Environmental Enforcement Service.
Provide fully trained, Security Industry Authority (SIA) licence holding or fully vetted to DBS standard Enforcement Officers
Provide no less than six (6) Enforcement Officers (day) and (4) officers (night) or part time equivalent to conduct joint and single patrols working in partnership with in-house teams during the day and night seven (7) days a week including weekends to improve local environmental quality and increase compliance with all relevant regulations. This includes but not limited to legislation and regulations relating to environmental crime, illegal street trading and highway offences (see Specification Part 5: Legislation and penalties).
Provide a senior officer for supervision and at least one (1) Full Time (or part time equivalent) nominated contract manager with whom the Authorities can all liaise in respect of the Services, as well as all other personnel as required to properly provide service provision as detailed in this specification.
The Contractor will be required to undertake pro-active patrols in order to issue on-the-spot fines for the specified offences. In some cases, the Contractor will be required to undertake additional investigative work including but not limited to interviews in accordance with the Police and Criminal Evidence Act 1984 (PACE). The contractor will undertake written statements and notes according to PACE requirements for each FPN issued along with any other associated information within one working day of issue.
The Contractor shall ensure Enforcement Officers carry out enquiries to ensure accurate identity details have been obtained from offenders by using the Contractor's Tracesmart facility (or such other equivalent facility) before issue of FPN.
The contract is estimated to generate income, of which the Council will receive a share. The contract is of no cost to the Council, with the contractor fully funding their operations from the income generated by the Fixed Penalty Notices (FPNs) issued.
For more information about the service please see the specification.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
The London Borough of Camden is seeking tenders from suitable organisations for an Environmental Enforcement Service.
Provide fully trained, Security Industry Authority (SIA) licence holding or fully vetted to DBS standard Enforcement Officers
Provide no less than six (6) Enforcement Officers (day) and (4) officers (night) or part time equivalent to conduct joint and single patrols working in partnership with in-house teams during the day and night seven (7) days a week including weekends to improve local environmental quality and increase compliance with all relevant regulations. This includes but not limited to legislation and regulations relating to environmental crime, illegal street trading and highway offences (see Specification Part 5: Legislation and penalties).
Provide a senior officer for supervision and at least one (1) Full Time (or part time equivalent) nominated contract manager with whom the Authorities can all liaise in respect of the Services, as well as all other personnel as required to properly provide service provision as detailed in this specification.
The Contractor will be required to undertake pro-active patrols in order to issue on-the-spot fines for the specified offences. In some cases, the Contractor will be required to undertake additional investigative work including but not limited to interviews in accordance with the Police and Criminal Evidence Act 1984 (PACE). The contractor will undertake written statements and notes according to PACE requirements for each FPN issued along with any other associated information within one working day of issue.
The Contractor shall ensure Enforcement Officers carry out enquiries to ensure accurate identity details have been obtained from offenders by using the Contractor's Tracesmart facility (or such other equivalent facility) before issue of FPN.
The contract is estimated to generate income, of which the Council will receive a share. The contract is of no cost to the Council, with the contractor fully funding their operations from the income generated by the Fixed Penalty Notices (FPNs) issued
For more information about the service please see the specification.
The procurement is via an open tender process. All documents needed to submit a tender are provided via the online tender portal.
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
14 February 2025
End date
13 February 2028
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended at the sole discretion of the council for one period of two years.
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 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
23 August 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
21 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom