Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Environment Enforcement across three Lincolnshire local authority areas |
Notice type: | Contract Notice |
Authority: | Borough Council of King's Lynn & West Norfolk |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Environment Enforcement by street patrols and CCTV monitoring across three Lincolnshire local authority areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, Dog Fouling, and similar offences. |
Published: | 26/08/2022 14:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Boston Borough Council, E07000136
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: procurementtenders@west-norfolk.gov.uk
Contact: Procurement Team
Main Address: https://www.mybostonuk.com/
NUTS Code: UKF3
I.2) Joint procurement
The contract involves joint procurement: Yes.
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-Boston:-Environmental-services./FY8E7XT6EG
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
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: Environment Enforcement across three Lincolnshire local authority areas
Reference Number: BOSTON2225
II.1.2) Main CPV Code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Environment Enforcement by street patrols and CCTV monitoring across three Lincolnshire local authority areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, Dog Fouling, and similar offences.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The two lots may be awarded separately or together
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Street Patrols for environmental enforcement
Lot No: 1
II.2.2) Additional CPV codes:
79715000 - Patrol services.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Environmental enforcement by street patrols across three Lincolnshire council areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, Dog Fouling, and similar offences.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Method Statement on Skills and Training of patrol officers / Weighting: 25
Quality criterion - Name: Method Statement on Data Protection and security of records / Weighting: 20
Quality criterion - Name: Method Statement on Identity Checking of offenders / Weighting: 15
Quality criterion - Name: Method Statement on Complaints and review of FPNs / Weighting: 10
Quality criterion - Name: Method Statement on Monitoring of Payments of FPNs / Weighting: 10
Cost criterion - Name: Proposals for a contribution to Council costs / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.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 contract may be extended by up to an additional 24 months and is likely to be re-tendered prior to expiry.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There will be an option for the Councils to offer an extension of up to a further 2 years after the initial 3 year contract period
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/FY8E7XT6EG
II.2) Description Lot No. 2
II.2.1) Title: CCTV Monitoring for environmental enforcement
Lot No: 2
II.2.2) Additional CPV codes:
92222000 - Closed circuit television services.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Environmental enforcement by CCTV monitoring across three Lincolnshire council areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, and similar offences.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Method Statement on Skills and Training of staff / Weighting: 25
Quality criterion - Name: Method Statement on Data Protection and security of records / Weighting: 20
Quality criterion - Name: Method Statement on Identity Checking of offenders / Weighting: 15
Quality criterion - Name: Method Statement on Complaints and review of FPNs / Weighting: 10
Quality criterion - Name: Method Statement on Monitoring of Payments of FPNs / Weighting: 10
Cost criterion - Name: Proposals for a contribution to Council costs / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.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 contract may be extended by up to an additional 24 months and is likely to be re-tendered prior to expiry.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There will be an option for the Councils to offer an extension of up to a further 2 years after the initial 3 year contract period
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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
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
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
Not Provided
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: Yes
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: 30/09/2022 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): 12
IV.2.7) Conditions for opening of tenders:
Date: 30/09/2022
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 months prior to the contract expiry
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-Boston:-Environmental-services./FY8E7XT6EG
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FY8E7XT6EG
VI.4) Procedures for review
VI.4.1) Review body:
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: monitoringofficer@e-lindsey.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: monitoringofficer@e-lindsey.gov.uk
VI.5) Date Of Dispatch Of This Notice: 26/08/2022
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
East Lindsey District Council, E07000137
Tedder Hall, Manby Park, Louth, LN11 8UP, United Kingdom
Email: procurementtenders@west-norfolk.gov.uk
Main Address: https://www.e-lindsey.gov.uk/
NUTS Code: UKF3
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
South Holland District Council, E07000140
Priory Road, Spalding, PE11 2XE, United Kingdom
Email: procurementtenders@west-norfolk.gov.uk
Main Address: https://www.sholland.gov.uk/
NUTS Code: UKF3
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Boston Borough Council, E07000136
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: procurementtenders@west-norfolk.gov.uk
Contact: Procurement Team
Main Address: https://www.mybostonuk.com/
NUTS Code: UKF3
I.2) Joint procurement:
The contract involves joint procurement: Yes
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Environment Enforcement across three Lincolnshire local authority areas
Reference number: BOSTON2225
II.1.2) Main CPV code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Environment Enforcement by street patrols and CCTV monitoring across three Lincolnshire local authority areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, Dog Fouling, and similar offences.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,500,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Street Patrols for environmental enforcement
Lot No:1
II.2.2) Additional CPV code(s):
79715000 - Patrol services.
II.2.3) Place of performance
Nuts code:
UKF3 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: Environmental enforcement by street patrols across three Lincolnshire council areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, Dog Fouling, and similar offences.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement on Skills and Training of patrol officers / Weighting: 25
Quality criterion - Name: Method Statement on Data Protection and security of records / Weighting: 20
Quality criterion - Name: Method Statement on Identity Checking of offenders / Weighting: 15
Quality criterion - Name: Method Statement on Complaints and review of FPNs / Weighting: 10
Quality criterion - Name: Method Statement on Monitoring of Payments of FPNs / Weighting: 10
Cost criterion - Name: Proposals for a contribution to Council costs / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:There will be an option for the Councils to offer an extension of up to a further 2 years after the initial 3 year contract period
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/FY8E7XT6EG
II.2) Description (lot no. 2)
II.2.1) Title:CCTV Monitoring for environmental enforcement
Lot No:2
II.2.2) Additional CPV code(s):
92222000 - Closed circuit television services.
II.2.3) Place of performance
Nuts code:
UKF3 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: Environmental enforcement by CCTV monitoring across three Lincolnshire council areas, including issuing Fixed Penalty Notices for Fly Tipping, Littering, and similar offences.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement on Skills and Training of staff / Weighting: 25
Quality criterion - Name: Method Statement on Data Protection and security of records / Weighting: 20
Quality criterion - Name: Method Statement on Identity Checking of offenders / Weighting: 15
Quality criterion - Name: Method Statement on Complaints and review of FPNs / Weighting: 10
Quality criterion - Name: Method Statement on Monitoring of Payments of FPNs / Weighting: 10
Cost criterion - Name: Proposals for a contribution to Council costs / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:There will be an option for the Councils to offer an extension of up to a further 2 years after the initial 3 year contract period
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-024032
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: BOSTON2225
Lot Number: 1
Title: Patrol Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/02/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Kingdom Services Group Ltd, 02795197
Kingdom House, 1 Woodlands Park, Ashton Road, Newton-le-Willows, WA12 0HF, United Kingdom
Tel. +44 33017583863
NUTS Code: UKD61
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: BOSTON 02225
Lot Number: 2
Title: CCTV Monitoring
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/02/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Kingdom Services Group Ltd, 02795197
Kingdom House, 1 Woodland Park,, Ashton Road, Newton-le-Willows, WA12 0HF, United Kingdom
Tel. +44 03301758363
NUTS Code: UKD61
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=768694951
VI.4) Procedures for review
VI.4.1) Review body
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: monitoringofficer@e-lindsey.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: monitoringofficer@e-lindsey.gov.uk
VI.5) Date of dispatch of this notice: 16/03/2023
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
East Lindsey District Council, E07000137
Tedder Hall, Manby Park, Louth, LN11 8UP, United Kingdom
Email: procurementtenders@west-norfolk.gov.uk
Main Address: https://www.e-lindsey.gov.uk/
NUTS Code: UKF3
2: Contracting Authority
South Holland District Council, E07000140
Priory Road, Spalding, PE11 2XE, United Kingdom
Email: procurementtenders@west-norfolk.gov.uk
Main Address: https://www.sholland.gov.uk/
NUTS Code: UKF3