Tender

Environmental Enforcement Services

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice identifier: 2023/S 000-023270

Procurement identifier (OCID): ocds-h6vhtk-03ee5d

Published 9 August 2023, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Contact

Toyin Davids

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

Region code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.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=4ac78d9d-8736-ee11-8124-005056b64545

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=4ac78d9d-8736-ee11-8124-005056b64545

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

DN670697

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

Invitation to tender for Environmental Enforcement Services:

Lot 1 River Mooring Management Service

Lot 2 Waste & Environmental Crime Enforcement

two.1.5) Estimated total value

Value excluding VAT: £270,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

River Mooring Management Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 98350000 - Civic-amenity services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Lot 1 River Mooring Management Service will be a concession contract.

The service provider is expected to provide a service collecting mooring fees on lands and wharfs under Council ownership, responsibility or control and where mooring is permitted.

The Council charges a daily fee for mooring in two permitted locations, and issues Penalty Charge Notices for overstaying permitted mooring or mooring in no-mooring areas.

The proposed duration of the contract will be three (3) years.

The procurement documents are available for unrestricted and full direct access, free of

charge at https://procontract.due-north.com/

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 0%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

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) Description

two.2.1) Title

Waste & Environmental Crime Enforcement

Lot No

2

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 98350000 - Civic-amenity services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

The service provider is expected to investigate and enforce a wider range of environmental crime offences for which Fixed Penalty Notices can be issued. Enforcement of offence categories are subject to approval by the Contract Manager according to the needs of the service.

Whilst fundamentally engaged to provide Waste Enforcement services, the supplier can be expected - and should be prepared - to be asked to enforce, whether routinely or otherwise, offences including but not limited to:

-Litter and Waste

-Street Trading

-Highways Offences

-Graffiti and Flyposting

-Community Protection / Public Space Protection

The proposed duration of the contract will be three (3) years.

The procurement documents are available for unrestricted and full direct access, free of

charge at www.procontract-due-north.com

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £270,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 September 2023

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

8 September 2023

Local time

12:00pm


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

The Royal Borough of Kingston upon Thames

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contracts Regulations 2015 and the Concession Contracts Regulations 2016, the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.