London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Litter and Fly-tipping Enforcement Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Wandsworth Borough Council and the London Borough of Richmond Upon Thames are seeking a Concessionaire to provide litter and low-level fly tipping enforcement services in high footfall or at hotspot highway areas. The provisions of the service shall take place over a two-year period with the scope of a possible extension for a period of periods of up to three years at the absolute discretion of the Councils. Tenderers should note that Richmond will join as a party to the Contract on the basis of a 12-month pilot scheme. |
Published: | 13/06/2019 12:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Environmental-services./P3Q29Y8S35
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com
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: Litter and Fly-tipping Enforcement Services
Reference Number: CPT2130
II.1.2) Main CPV Code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are seeking a Concessionaire to provide litter and low-level fly tipping enforcement services in high footfall or at hotspot highway areas. The provisions of the service shall take place over a two-year period with the scope of a possible extension for a period of periods of up to three years at the absolute discretion of the Councils. Tenderers should note that Richmond will join as a party to the Contract on the basis of a 12-month pilot scheme.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90720000 - Environmental protection.
90500000 - Refuse and waste related services.
98300000 - Miscellaneous services.
75242100 - Public-order services.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are seeking a Concessionaire to provide litter and low-level fly tipping enforcement services in high footfall or at hotspot highway areas. The provisions of the service shall take place over a two-year period with the scope of a possible extension for a period of periods of up to three years at the absolute discretion of the Councils. Tenderers should note that Richmond will join as a party to the Contract on the basis of a 12-month pilot scheme and may consider, at the Council's absolute discretion, to join Wandsworth for the remainder of the contract. Please see the procurement documents for further information.
The nature of this Contract is a concession, and as such the Concessionaire is entitled to retain the FPN Fees it has collected, subject to payment of the Concession Fee to the Council.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Contract, at the Councils' absolute discretion, includes an extension option of a period or periods of up to 3 years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please see the Procurement documents for further information
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Please see the Procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/07/2019 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 22/07/2019
Time: 12:00
Place:
Wandsworth
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Environmental-services./P3Q29Y8S35
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P3Q29Y8S35
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
70 Whitehall, London, SW1 2AS, United Kingdom
Tel. +44 2072761234
Internet address: https://www.gov.uk/government/organisations/cabinet-office
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The councils will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the buyer as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the public contracts Regulations 2015 (SI 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the buyer to amend any document and may award damages. If the contract has been enteredinto the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness,order the relevant buyer to pay a fine, and /or order that the duration of the contract be shortened. The purposeof the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 13/06/2019
Annex A
I) Addresses and contact points from which further information can be obtained:
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
Contact: Ishmam Choudhury
Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI34