Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
UK
Contact person: Toyin Davids
Telephone: +44 2085475000
E-mail: commissioning@kingston.gov.uk
NUTS: UKI63
Internet address(es)
Main address: http://www.kingston.gov.uk
Address of the buyer profile: http://www.kingston.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=4ac78d9d-8736-ee11-8124-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Environmental Enforcement Services
Reference number: DN670697
II.1.2) Main CPV code
90700000
II.1.3) Type of contract
Services
II.1.4) Short description
Invitation to tender for Environmental Enforcement Services:
Lot 1 River Mooring Management Service
Lot 2 Waste & Environmental Crime Enforcement
II.1.5) Estimated total value
Value excluding VAT:
270 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
River Mooring Management Service
II.2.2) Additional CPV code(s)
90700000
90710000
98350000
II.2.3) Place of performance
NUTS code:
UKI63
II.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/
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 90%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
0%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Waste & Environmental Crime Enforcement
II.2.2) Additional CPV code(s)
90700000
90710000
98350000
II.2.3) Place of performance
NUTS code:
UKI63
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
40%
II.2.6) Estimated value
Value excluding VAT:
270 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
08/09/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
The Royal Borough of Kingston upon Thames
Kingston upon Thames
KT1 1EU
UK
Telephone: +44 2085475000
E-mail: commissioning@kingston.gov.uk
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL
UK
VI.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.
VI.5) Date of dispatch of this notice
09/08/2023