Tender

Environmental Enforcement Services

  • London Borough of Camden

F02: Contract notice

Notice identifier: 2024/S 000-022695

Procurement identifier (OCID): ocds-h6vhtk-048357

Published 22 July 2024, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Camden

London Borough of Camden, 5 Pancras Square

London

N1C 4AG

Email

david.walsh@camden.gov.uk

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.camden.gov.uk/

Buyer's address

https://www.camden.gov.uk/

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