Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Councils
59 1/2 Southwark Street
Contact point(s): Elaine Hughes
For the attention of: Elaine Hughes
SE1 0AL London
UNITED KINGDOM
Telephone: +44 2079349937
E-mail: elaine.hughes@londoncouncils.gov.uk
Internet address(es):
General address of the contracting authority: http://www.londoncouncils.gov.uk
Electronic access to information: http://www.londoncouncils.gov.uk/aboutus/invitationtotender
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
London Lorry Control Scheme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 20: Supporting and auxiliary transport services
Main site or location of works, place of delivery or of performance: Greater London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The London Lorry Control Scheme restricts movement of Heavy Goods Vehicles (HGVs) in London at night time and weekends. The scheme consists of Lot 1 enforcement and Lot 2 administration services. Enforcement will involve the provision of staff, vehicles, equipment, infrastructure and resources as appropriate to enable the observation of contraventions and issue of Penalty Charge Notices (PCNs) and enquiry letters. The administration of the scheme will involve receiving and processing correspondence, issuing permissions, processing payments, managing casework and other administration necessary to support the enforcement of the scheme. Bids will be considered for Lot 1 Enforcement, and for both Lot 1 Enforcment and Lot 2 Administration combined. Bids for Lot 2 only will not be acceptable, nor will we let Lot 2 to a different tenderer than Lot 1.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Currently 29 boroughs and Transport for London (TfL) participate in the London Lorry Control Scheme and enforcement takes place in 453 locations spread across these boroughs. However London Councils is not able to confirm the number of boroughs that will wish to participate when the contract is issued.
Contractors should also note that the number of boroughs may reduce. If a participant authority wishes to terminate its participation, they must give London Councils one year’s notice by 31 March in the financial year which precedes the financial year in which they wish to withdraw. London Councils cannot guarantee any volumes or values of the work which will be generated by this contract.
Estimated value excluding VAT: 1 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: There may be an option to extend the contract for up to 3 further years, in periods of 1 year each. The engagement of some, or all, period extension periods will be subject to the approval of the Transport and Environment.
Committee (TEC).
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 2.1.2013. Completion 1.1.2016
Information about lots
Lot No: 1 Lot title: Enforcement of the London Lorry Control Scheme
1)Short description
Lot 1 is for the enforcement of the London Lorry Control Scheme. It will involve the provision of staff, vehicles, equipment, infrastructure and resources as appropriate to enable the observation of contraventions and issue of PCNs and enquiry letters.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Bids will be considered for Lot 1 Enforcement, and for both Lots 1 Enforcement and 2 Administration combined. Bids for Lot 2 only will not be acceptable, nor will we let Lot 2 to a different tenderer than Lot 1.
Lot No: 2 Lot title: Lot 2 London Lorry Control Scheme Adminstration
1)Short description
Lot 2 is for the administration of the scheme. It will involve receiving and processing correspondence, issuing permissions, processing payments, managing casework and other administration necessary to support the enforcement of the scheme.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Bids will be considered for Lot 1 Enforcement, and for both Lots 1 Enforcement and 2 Administration combined. Bids for Lot 2 only will not be acceptable, nor will we let Lot 2 to a different tenderer than Lot 1.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
If a subsidiary company, a parent company guarantee may be required. London Councils reserves the right to request a performance bond if deemed necessary.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out within the contract conditions.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As set out in Directive 2004/18/EC – Articles 45 to 51.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As in III.2.1. This will be supplemented by information provided in the Pre Qualification Questionnaire.
Tenderers must have sufficient economic and financial capacity to enable them to perform the contract in compliance with the contractual provisions. If, due to information supplied, London Councils has serious doubts about a tenderer’s financial capacity, or if this is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers must have sufficient technical and professional capacity to enable them to perform the contract in compliance with the contractual provisions.
If, in view of information supplied, London Councils has serious doubts about a tenderer’s technical and professional capacity, or if this is clearly insufficient for the performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation. The Pre Qualification.
Questionnaire will provide details of the information and minimum standards required for technical capacity and capability, and for quality assurance.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: London Councils intends to invite 5 applicants to tender on the basis of the highest scores accorded to the responses in the Pre Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.2.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
24.2.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.3)Additional information
Potential candidates are requested to express their interest through the completion of a Pre Qualification Questionnaire which is available by download from the website of London Councils at www.londoncouncils.gov.uk/aboutus/invitationtotender. The questionnaire must be returned to Frank Smith, London Councils, 59½ Southwark Street, London, SE1 0AL by 12:00 noon on Monday 1.2.2012 If potential candidates require clarification or have questions they should email Elaine.Hughes at lorrycontroltenders@londoncouncils.gov.uk. (Please note that London Councils offices will be closed from noon on Friday 23.12.2011 until 9 am on Tuesday 3.1.2012. Responses to bidder questions raised during this period will be made after 9 am on Tuesday 3.1.2012).During the Pre Qualification stage of this procurement process, London Councils will publish on its website all questions and responses given to these questions. The process will anonymise the names of individuals or organisations raising the enquiries. It is envisaged that the the subsequent.
Invitations To Tender will be issued around Friday 24 February 2012. London Councils reserves the right not to award any contract as a result of the procurement process instigated by the publication of this notice. In no circumstances will London Councils be responsible for any costs with participation in an expression of interest or any resulting invitation to tender.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: London Councils will incorporate a minimum of ten (10) working day standstill period at the point of the information on the award of contract is communicated to tenderers. After which, if there is not a legal challenge, the contract will be incepted.
VI.4.3)Service from which information about the lodging of appeals may be obtained