Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
Enforcement of Environmental Offences
Reference number
DN646649
two.1.2) Main CPV code
- 75000000 - Administration, defence and social security services
two.1.3) Type of contract
Services
two.1.4) Short description
Bournemouth, Christchurch and Poole Council (BCP Council) seek tenders for a supplier to deliver a robust response to incidents of littering, fly-tipping, fly-posting and business waste management to help reduce the adverse effect of waste in the BCP area.
Fixed penalty notices shall be served by the Contractor on those who have committed offences related to the above issues and a proportion of the recovered revenue will be returned to the Council for reinvestment into the service.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
- 90700000 - Environmental services
- 90714600 - Environmental security control services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
Bournemouth, Christchurch and Poole Council (BCP Council) seek tenders for a supplier to deliver a robust response to incidents of littering, fly-tipping, fly-posting and business waste management to help reduce the adverse effect of waste in the BCP area.
Fixed penalty notices shall be served by the Contractor on those who have committed offences related to the above issues and a proportion of the recovered revenue will be returned to the Council for reinvestment into the service.
It is anticipated that the contract will start on 13 March 2023 for a period of 3 years, with the option to extend annually for a further 2 years (3+1+1 years).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is for 3 years, with the option to extend annually for a further 2 years (3+1+1 years). Therefore if the full extension is taken, then the full contract duration shall be 5 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
two.2.14) Additional information
Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).
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
27 January 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 January 2023
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Councils democratic services team.
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
High Courts of Justice
The Royal Courts of Justice
London
WCA 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Courts of Justice
London
WCA 2LL
Country
United Kingdom