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
Telephone
+44 2085475000
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
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=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
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.