Parking enforcement services (№20647)

00

Number: 20647

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


00-00-0000

Description


  1. Section I
    1. Name and addresses
      London Borough of Bromley
      Civic Centre, Stockwell Close
      Bromley
      BR1 3UH
      United Kingdom
      E-mail: [email protected]
      NUTS code: UKJ4
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Joint Authorities — Parking Services Enforcement and Technology.


        Reference number: 4522
      2. Main CPV code:
        98351110, 98351110, 98351100, 90914000, 79512000, 66110000, 75100000, 79940000, 50118110, 75242110, 98351110, 63712400, 98351100, 90914000, 79512000, 66110000, 75100000, 79940000, 50118110, 75242110
      3. Type of contract:
        Services
      4. Short description:

        The London Boroughs of Bromley and Bexley are seeking Tenders for the provision of Parking Services Enforcement and technology as detailed in the Tender Documents. Prospective Tenderers should bear in mind that it is intended that Bromley and LB Bexley work jointly as a shared service with offices for the operation of the shared service based at Bromley and covering all parking matters/services for both boroughs as detailed in the Description of Procurement below.

        Please note that this is an Award Notice and Expressions of Interest are not being invited.


      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 6 500 000.00 GBP
    2. Description
      1. Title:

        Parking Services Enforcement and Technology for the London Borough of Bromley


      2. Additional CPV code(s):
        98351110, 98351100, 90914000, 79512000, 66110000, 75100000, 79940000, 50118110, 75242110
      3. Place of performance:
        NUTS code: UKJ4
        Main site or place of performance:

        Kent.


      4. Description of the procurement:

        The service will consist of the following elements:

        — The provision and management of Civil Enforcement Officers (CEOs, including CCTV Enforcement Officers) on and off street and CCTV (inc provision of PCN and Pay and Display stationeries).

        — Carrying out suspension/dispensation of parking apparatus or parking places as required.

        — Car Park Maintenance and Cleaning.

        — Lines and Signs Maintenance.

        — Cash Collections.

        — Pay and Display solution.

        — Pay on Foot solution.

        — Civil Enforcement Systems.

        — Permits Processing Systems.

        — Cashless Parking Solution.

        — Business Process Solution (inc. provision of letter headed papers etc.).


      5. Award criteria:
        Cost criterion - Weighting: 60
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 16
        Cost criterion - Weighting: 12
        Cost criterion - Weighting: 4
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 2
      6. Information about options:
        Options: yesDescription of options:

        In full accordance with all applicable regulations, the London Boroughs of Bromley and Bexley reserve the right should they so decide to extend the scope of the contract to cover the following services as indicated by the CPVs published in this notice:

        Call centre,

        Counting and banking,

        Permit admin for Bexley,

        Foreign vehicle Debt collections (enforcement agents),

        FPN processing,

        Vehicle Pound and Removals.


      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        Parking Services Enforcement and Technology for the London Borough of Bexley


      10. Additional CPV code(s):
        98351110, 63712400, 98351100, 90914000, 79512000, 66110000, 75100000, 79940000, 50118110, 75242110
      11. Place of performance:
        NUTS code: UKJ4
        Main site or place of performance:

        Kent.


      12. Description of the procurement:

        The service will consist of the following elements:

        — The provision and management of Civil Enforcement Officers (CEOs, including CCTV Enforcement Officers) on and off street and CCTV (inc. provision of PCN and Pay and Display stationeries).

        — Carrying out suspension/dispensation of parking apparatus or parking places as required.

        — Car Park Maintenance and Cleaning.

        — Lines and Signs Maintenance.

        — Cash Collections.

        — Pay and Display solution.

        — Pay on Foot solution.

        — Civil Enforcement Systems.

        — Permits Processing Systems.

        — Cashless Parking Solution.

        — Business Process Solution (inc. provision of letter headed papers etc.).


      13. Award criteria:
        Cost criterion - Weighting: 60
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 16
        Cost criterion - Weighting: 12
        Cost criterion - Weighting: 4
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 2
        Cost criterion - Weighting: 2
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Restricted procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2016/S 090-159966
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Lot No: 1
      Title:

      Parking Services Enforcement and Technology for the London Borough of Bromley


    2. Award of contract
      1. Date of conclusion of the contract: 2016-12-30
      2. Information about tenders:
        Number of tenders received: 3
        Number of tenders received by electronic means: 3
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        APCOA Parking (UK) Ltd
        Wellington House, 4-10 Crowley Road
        Uxbridge
        United Kingdom
        NUTS code: UKI23
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 4 000 000.00 GBP
      5. Information about subcontracting:

        Lot No: 2
        Title:

        Parking Services Enforcement and Technology for the London Borough of Bexley


      6. Award of contract
        1. Date of conclusion of the contract: 2016-12-30
        2. Information about tenders:
          Number of tenders received: 3
          Number of tenders received by electronic means: 3
          The contract has been awarded to a group of economic operators: no
        3. Name and address of the contractor:
          APCOA Parking (UK) Ltd
          Wellington House, 4-10 Crowley Road
          Uxbridge
          UB8 2XW
          United Kingdom
          NUTS code: UKI23
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 2 500 000.00 GBP
        5. Information about subcontracting:

    3. Section VI
      1. Additional information

        Evaluation of the tender was based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council"s Contract Procedure Rules and in accordance with the stated criteria. The Council is part of the South East London Procurement Group (comprising the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) and in appropriate circumstances and in compliance with any legal and regulatory requirement may offer services through this contract to members of this organisation who may have similar usage volumes. The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.

        To view this notice, please click here:

        https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=234232171

        GO Reference: GO-201729-PRO-9556049.


      2. Procedures for review
        1. Review body
          Royal Courts of Justice
          The Strand, Holborn
          London
          WC2A 2LL
          United Kingdom
          Telephone: +44 2079476000
        2. Body responsible for mediation procedures

        3. Service from which information about the review procedure may be obtained

          Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder"s size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor"s Department and is not routinely given.


          Royal Courts of Justice
          The Strand, Stockwell Close, Holborn
          London
          WC2A 2LL
          United Kingdom
          Telephone: +44 2079476000
      3. Date of dispatch of this notice
        2017-02-09