Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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: DN252801
II.1.2)Main CPV code
90700000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Authority is seeking Tender submissions to appoint a supplier to deliver enforcement services over a four year period with the view to issuing fixed penalty notices to discourage littering. This will include a team of enforcement officers patrolling the streets on a daily basis.
This agreement is available to access for other authorities as detailed in VI.3)
II.1.5)Estimated total value
Value excluding VAT: 9 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKD21
NUTS code: UKD52
NUTS code: UKD53
II.2.4)Description of the procurement:
The supplier will be tasked to provide enforcement services, collecting fines and penalties.
The supplier will be required to provide a team (minimum of 10 FTE) of uniformed enforcement officers carrying out high profile patrols enforcing against environmental offences including littering by issuing Fixed Penalty Notices (FPN) to offender under the provisions of the Environmental Protection Act 1990 Section 87/88 and dog fouling under the provisions of the Fouling of Land by Dogs (Liverpool) Order 2011 made under Section 59(2) of the Clean Neighbourhoods and Environment Act 2005.
This agreement is available to access for other authorities as detailed in VI.3)
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As detailed within the procurement documentation.
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/05/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/05/2017
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The duration of the contract is initially for one year, however there are options to extend for up to a total of four years.
This agreement is available to access for:
Sefton Metropolitan Borough Council, Bootle Town Hall, Oriel Road, Bootle, Liverpool, L20 7AE. United Kingdom
URL: https://www.sefton.gov.uk/sefton-home.aspx
Halton Borough Council, Kingsway House c/o Municipal Building, Kingsway, Widnes, WA8 7QF. United Kingdom
URL: http://www3.halton.gov.uk/Pages/Home.aspx
The Estimated Value of the contract has been calculated to allow for the aforementioned authorities to use the contract. It is anticipated that should these authorities not access the contract, the estimated maximum value for LCC shall be 3 000 000 GBP
The Value should be treated as a maximum and not as a guide to the actual contract value.
Further working details of the contract can be found in the tender documentation.
VI.4)Procedures for review
VI.4.1)Review body
Royal Court of Justice
The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
This is a competitive procurement in accordance with LCC's Contract Standing Orders.
The Council will operate a standstill period of not less than 10 days between notifying bidders of its intention to award the contract and the award of the contract. This notification to bidders will provide information on the award decision.
VI.4.4)Service from which information about the review procedure may be obtained
Liverpool City Council
Cunard Building
Liverpool
L3 1DS
United Kingdom
VI.5)Date of dispatch of this notice:
21/04/2017