Parking Enforcement Services Sandwell
Sandwell Metropolitan Borough Council are inviting expressions of interest for Parking Enforcement Services.
United Kingdom-Oldbury: Parking enforcement services
2013/S 178-307475
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Sandwell Metropolitan Borough Council
Procurement Services, Sandwell Council House, Freeth Street
Contact point(s): Transform Sandwell Procurement Team
For the attention of: Damian Hammond
B69 3DB Oldbury
UNITED KINGDOM
Telephone: +44 1215693816
E-mail: tspcm_team@sandwell.gov.uk
Internet address(es):
General address of the contracting authority: www.sandwell.gov.uk
Address of the buyer profile: www.sandwell.gov.uk
Further information can be obtained from: In-Tend Ltd (See Internet address URL below)
Internet address: https://in-tendhost.co.uk/sandwellmbc
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: In-Tend Ltd (See Internet address URL below)
Internet address: https://in-tendhost.co.uk/sandwellmbc
Tenders or requests to participate must be sent to: In-Tend Ltd (See Internet address URL below)
Internet address: https://in-tendhost.co.uk/sandwellmbc
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKG34
Statement of Services.
Sandwell MBC wishes to appoint an Operator to provide and manage a range of parking related services. These will relate primarily to enforcement activities, both on-site and administrative. Civil Enforcement officers (CEO”s) will operate throughout the borough providing enforcement both on street and off street. The operator shall also issue any permits, suspensions and dispensations associated with parking, from the One Stop Shop, and the on-street staff from the Contractor shall check these as appropriate. The operator will be responsible for cash collection and first line maintenance of parking metres.
Other related services will be also be required, where they have a close connection with the enforcement aspects.
The Council”s intention is for the contract to be let for a period of five years, with a possible extensions, of up to 3 years at the Council”s sole discretion. The successful Tenderer will be obliged to enter into a sealed contract with the Council which will be based on the contract specification and the level of service requested by the Council from the Schedule of Rates, defining the available services as described in the PQQ document.
The Council seeks a parking services operator, experienced in the terms of the Road Traffic Act 1991, and decriminalised parking enforcement (DPE) in general, which is professionally managed, staffed by highly trained / skilled personnel, and which is committed to providing an efficient, competent and high quality enforcement service in accordance with the contract specification.
In addition to the core parking enforcement duties described above, the Council seeks an Operator who is able, if required, to expand the enforcement operation to include the wide variety of enforcement responsibilities, including the clamping and removal of vehicles and the enforcement of moving traffic contraventions by use of camera technology, under various powers which are available to the Council or which may become available to the Council during the term of this contract. The Council may also, during this contract term, expand the role of the Operator to manage other aspects in relation to highway enforcement activities environmental management, public consultation surveys and community safety, under other items of legislation.
The Council has undertaken the procurement of an IT system from Chipside Ltd to manage all notices issued and other actions carried out by the Operator under the terms of this contract. The Operator appointed from this procurement will, as a fundamental condition of their contract, work within any constraints laid down by the Council as a consequence of the choice of IT system. The new IT system will be in place for the commencement of the new service under this procurement.
Overview of Process
The Council are following the Restricted Procedure for this Procurement. This process will comprise of two stages:
1. Identification of suitable potential economic operators through evaluation of a PQQ in accordance with the criteria and methodology set out in the documentation.
2. Appointment of a single economic operator by a single stage competitive tender with the contract being awarded on the basis of a 60 % price and 40 % quality evaluation.
A maximum of six PQQ Applicants that meet the defined minimum selection criteria and who achieve the highest score from the scored selection criteria (i.e. a combined score of at least 60 %) will be invited to tender. If an Applicant fails to meet any of the minimum selection criteria the Council will not evaluate that PQQ submission further.
It is the Authority”s intention to only appoint a single economic operator to fulfil this contract.
The Council will be using the In-Tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the (In-Tend) supplier portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the PQQ and related documents. For a Step by Step user guide to the Sandwell MBC In-Tend e-Tendering System please click on the ‘Guidance for Supplier’ section of the website.
Enquiries and Contact details
All enquiries related to the PQQ should be directed through the Sandwell In-Tend Supplier Portal Correspondence function by no later than 17:00 hrs on 9.10.2013. The Council is under no obligation to respond to any enquiries received after this date.
Submission of PQQ
Completed PQQ”s must be submitted through the Sandwell In-Tend Supplier Portal by no later than 12:00 Noon on 16.102013 which is the date fixed for submission of PQQ responses.
All procurement responses must be carried out via the In-Tend Sandwell MBC Supplier Portal.
If you require further assistance in respect of the In-Tend system please contact the In-Tend support team on 0844 272 8810.
98351110, 98351000, 98351100, 63712400
The approximate financial value of the Services will be between GBP 5 000 000 and GBP 10 000 000 the contract period will be a minimum of 60 months with an option, dependant on performance and at the Council”s discretion, for one contract extension of up to 36 months.
Contractors Appointment
On the basis of the PQQ submissions the Authority will shortlist a maximum of six economic operators in accordance with the published selection criteria, to be invited to submit a tender. On the basis of the tender submissions the Authority will select a single economic operator to enter a contract to provide the services as set out in the tender documentation.
Selection Criteria
All completed pqq submissions will be evaluated by or on behalf of the Authority.
Where requested copies of certificates must be submitted with the PQQ. Where copies of certificates are requested but not submitted to support answers in the document(s), scores will not be awarded. Promotional material and other additional documents will not be considered, unless specifically requested.
Applicants are advised that wherever in the pqq reference is made to any external assessment body or external accreditation standard, such reference shall be deemed to include reference to any equivalent body or standard established in other member states of the European Union.
The following evaluation scheme will be adopted:
A number of selection criteria will be applied to the responses given by Applicants to the pqq. These selection criteria are essentially
a. Minimum standards which the Authority will require it”s appointed economic operator to meet or exceed, and so are of a pass/fail nature. If an Applicant fails meet any of the minimum selection criteria the Authority will not evaluate that pqq submission further. These minimum selection criteria are set out in Sections A to E.
b. Applicants that meet the minimum standard selection criteria will then be scored against the scored criteria. Applicants will be assessed on a scale of 0 to 4 points against a range of criteria designed to measure their experience and technical ability. A combined score of at least 60% from Sections G and H will be required for selection.
A maximum of six highest scoring Applicants who have met the defined minimum standards will be invited to tender. If there is a joint score in 6th place then all applicants on the joint score will be invited to tender stage.
The objectives for the service are
— To maintain a high level of compliance with on-street parking restrictions in the Borough Council area;
— To ensure that the probability of enforcement action being taken in all cases where vehicles are parked in contravention is sufficiently high to provide a significant deterrent to non-compliant parking;
— To provide the very highest level of customer care and service taking every opportunity to improve or enhance public relations;
— Flexibility in the Council – Operator relationship to achieve objectives;
— Ensuring existing cost and income levels do not deteriorate while achieving the required objectives and quality of service;
— Innovation in service delivery;
— Expansion and development of the service to include other Enforcement and Street Management responsibilities of the Council.
The Services must comply with:
— Road Traffic Regulation Act 1984 as amended (R T R A)
— Current guidelines from Government Departments;
— Code of Practice for Parking Enforcement (C O P P E) issued originally by the Parking Committee for London.
— Various Codes of Operating Practice, and Procedures for the management of C P E , as issued by Sandwell Mbc.
— Highways Act 1980.
— The Traffic Management Act, 2004 Road Traffic (Removal, Storage and Disposal of Vehicles) Regulations, 1998.
— All other relevant legislation, regulation and guidance.
Key performance indicators will include:
— The number of P C Ns spoilt/cancelled due to P A error or notice processing error;
— Reasons for cancellation of P C Ns;
— % of P C Ns paid at each rate;
— Complaint/compliments regarding P A or administration staff behaviour;
— Incorrect payments requested or taken by administration staff.
The services will be provided at:
— Town Centres;
— Off-street car parks;
— Suburban shopping areas;
— Residential areas;
— Bus corridors;
— Red routes;
— Schools;
— Major arterial routes;
— Football Matches and other Events;
Other Service requirements may be:
— Issue Skip licenses and report contraventions;
— Report Obstructions on the Highway;
— Highway defect reporting;
— Reporting on any other matters related to the Duty Of Care;
— Abandoned Trolleys;
— Report on other problems requiring action by the Council on the highway.
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 GBP
Description of these options: The approximate financial value of the Services will be between GBP 5 000 000 and GBP 10 000 000 the contract period will be a minimum of 60 months with an option, dependant on performance and at the Council”s discretion, for one contract extension of up to 36 months.
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: Please see pqq document on the In-Tend Supplier Portal.
Please see pqq document on the In-Tend Supplier Portal.
Minimum level(s) of standards possibly required:
Please see pqq document on the In-Tend Supplier Portal.
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:11.9.2013