Parking and Civil Enforcement Services London
The London Borough of Lambeth wishes to re-procure all the services covered under the current Parking Enforcement contract due to expire July 2015.
United Kingdom-London: Parking enforcement services
2015/S 042-072482
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Lambeth
n/a
3rd Floor, Olive Morris House, Brixton Hill
For the attention of: Florence Ahiante
SW2 1 RL London
UNITED KINGDOM
Telephone: +44 207926364
E-mail: fahiante@lambeth.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/18
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11618&B=LBLAMBETH
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11618&B=LBLAMBETH
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
These services include the following:
1.Enforcement Services — On street Enforcement — PA (Parking Attendant) Enforcement — CCTV Camera parking Enforcement — Suspension operations — On street Clamp and Removals and Housing Clamp and Removals;
2. Removal Services which amongst other things will include:
— On-Street Removal/Relocation Operation;
— HPI Checks;
3. Reprographics;
4. Automated Payment Services Other parking services contracts to be included in the tender process are:
— Pay and Display;
— Currently t2 separate contracts covering the provision, maintenance, repairs and parts for Lambeth’s stock of Metric and Parkeon pay and display machines;
— CCTV;
— The Council has contracts in place for the maintenance of its parking cameras and other equipment used for parking and traffic contraventions such as ANPRs (Automatic Number Plate Recognition).
II.1.6)Common procurement vocabulary (CPV)
98351110, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000,79995100, 79999100, 98351000, 98351100, 92222000, 64212800, 51214000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. Parking Enforcement Services including the following areas; CCTV Parking and Moving traffic monitoring (including a variety of options to deliver CCTV monitoring and reviewing,) Suspension services, Pound services, Housing estate enforcement, Removal of abandoned vehicles.
2. Cashless Payments including the provision of a mobile telephone parking solution with cashless payment options.
3. Pay and Display machines including; Provision of parts and servicing, maintenance servicing and supply of existing Pay and Display machines in the borough.
4. Maintenance of CCTV software and hardware and the provision of ANPR (Automatic Number Plate Recognition) cameras.
5. Payments Processing including payment of PCN’s via web and IVR.
6. Reprographics including; scanning correspondence and printing of PCN’s (Penalty Charge Notices) and correspondence.
Estimated value excluding VAT: 50 047 600 GBP
II.2.2)Information about options
Description of these options: The contract or contracts to be awarded as a result of this procurement will be for a period of 4 years, with an option to extend for up to a further 4 years.
However there will be a break clause that will take effect after the first 4 years.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Parking and Civil Enforcement Services
1)Short description
CCTV Parking and Moving Traffic ( Including a variety of options to deliver CCTV monitoring and reviewing).
Suspension services.
Pound Services.
Housing Estate Enforcement.
Removal of abandoned vehicles.
2)Common procurement vocabulary (CPV)
98351110, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000,79995100, 79999100, 98351000, 98351100, 92222000, 64212800
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Cashless Payment
1)Short description
2)Common procurement vocabulary (CPV)
64212800, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000,79995100, 79999100, 98351000, 98351100, 98351110, 92222000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3Lot title: Pay and Display Machines
1)Short description
The maintenance, servicing and supply of parts for all Metric Pay and Display machines in the borough.
2)Common procurement vocabulary (CPV)
38730000, 22000000, 22100000, 22130000, 22458000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000, 79995100,79999100, 98351000, 98351100, 98351110, 92222000, 64212800
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 4Lot title: Maintenance of CCTV Equipment
1)Short description
2)Common procurement vocabulary (CPV)
92222000, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000,79995100, 79999100, 98351000, 98351100, 98351110, 64212800
3)Quantity or scope
Lot No: 5Lot title: Payment Processing
1)Short description
2)Common procurement vocabulary (CPV)
64212800, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79820000,79995100, 79999100, 98351000, 98351100, 98351110, 92222000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 6Lot title: Reprographics
1)Short description
Printing penalty charge notices, statutory documents, back office correspondence, basic stock, e.g. application forms, secure print stock, permits, scratch cards and personalised mail dispatch.
2)Common procurement vocabulary (CPV)
79820000, 22000000, 22100000, 22130000, 22458000, 38730000, 50000000, 63712400, 64112000, 72512000, 79560000, 79571000, 79995100,79999100, 98351000, 98351100, 98351110, 92222000, 64212800
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Note in Section VI.3).
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification documents,
III.2.3)Technical capacity
As set out in the Pre-Qualification documents.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the Business Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 113-198976 of 14.6.2014
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
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
2) This is a Part B services procurement and Lambeth Council is publishing this OJEU notice on a voluntary basis. As a Part B services procurement, the procurement is not subject to the full application of the Public Contracts Regulations 2006 (as amended).
3) Lambeth Council reserves the right to cancel, amend or vary this procurement process at any stage.
4) Lambeth Council shall not be responsible for any costs, charges or expenses incurred by a bidder as a result of taking part in this competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
5) All dates and time periods specified in this notice are provisional only and Lambeth Council reserves the right to change these dates and times at its sole discretion.
6) All discussion and correspondence shall be deemed strictly subject to contract until the contract/contracts is/are entered into.
7) Under this procurement, the successful contractor(s) will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of contract delivery. Contract performance conditions may therefore relate in particular to social and environmental considerations.
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WCA 2LL London
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: