Parking Services Tender London Borough of Greenwich
Payment of Parking Charges by Phone.
UK-London: financial transaction processing and clearing-house services
2012/S 22-035912
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Greenwich
3rd Floor Woolwich Centre, 35 Wellington Street, Woolwich
For the attention of: Peter Norman
SE18 6HQ London
UNITED KINGDOM
Telephone: +44 89215605
E-mail: peter.norman@greenwich.gov.uk
Internet address(es):
General address of the contracting authority: www.greenwich.gov.uk
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)
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
Education
Section II: Object of the contract
Service category No 6: Financial servicesa)Insurances services b)Banking and investment services
NUTS code UKI21
The service is to allow motorists to turn up to a paid for parking space, with no cash and no membership of any organisation or facility, to be able to pay by phone for parking time.
The service will initially, complement existing parking payment arrangements (meter and pay & display) but may be required as the only payment arrangement for proposed new areas of paid parking within the Borough.
Proposals for new areas of paid for parking are subject to public consultation, the outcome of consultation may result in an additional payment arrangement(s) being required to supplement pay by mobile.
Motorists are not currently permitted to pay to extend their stay however, public consultation on allowing payment for an extension extension of stay is intended.
The service will be integrated with the Council’s parking enforcement and permit management systems.
The service will allow access to data via the internet for customers and Council staff.
The contractor will be required to allocate unique pay by phone location references to all parking bays and to supply and install signage about the system in all relevant locations.
66172000, 63712400, 72319000
Currently there are 500 on-street paid spaces within 4 of the 16 Controlled Parking Zones in the Borough and 1 000 off-street parking spaces within 10 car parks currently controlled by parking meter, pay and display machines. Paid for spaces may also be used by annual permit/Visitor Voucher holders.
Economic Operators should note that the contract does not guarantee any volume or value of renumeration to service providers and that arrangements within proposed new areas of paid for parking are subject to public consultation.
Description of these options: Option to extend the four year contract by a further one year, which will be exercised at the sole discretion of the Contracting Authority.
The contract may also include additional services or works which are a repetition of the services provided under the contract in accordance with Regulation 14(I)(d)(ii) of the Public Contract Regulations 2006.
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.procure4london.com/delta/project/reasonsForExclusion.html pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Bidders are required complete a Business Questionnaire which the Contracting Authority will use to evaluate bidder’s economic and financial standing, technical capability and ability to ensure they meet the minimum requirements. The Business Questionnaire and I.T.T. pack will be available from the address in I.1 (above).
Minimum level(s) of standards possibly required: As set out in the Business Questionnaire which is available from the address in I.1 (above).
In accordance with Article 48 to 50 of Directive 2004/18/EC and Regulations 25 of the Public Contract Regulations 2006 and as set out in the Business Questionnaire which is available from the address in I.1 (above).
Minimum level(s) of standards possibly required:
As set out in the Business Questionnaire which is available from the address in I.1 (above).
Section IV: Procedure
Section VI: Complementary information
The evaluation of bids will be undertaken in two stages. The first stage will comprise of the evaluation of the Business Questionnaire in accordance with guidance provided in the questionnaire. Bidders will then be ranked according to the scores achieved in the evaluation of the questionnaire. It is anticipated that the top 5 ranked bidders will be shortlisted for the second stage of the evaluation. Other bids will not be considered further. The second stage will comprise of the evaluation of the bids in accordance with guidance provided in the I.T.T.
The Contracting Authority reserves the right not to award a contract or to award part of a contract only. There will be no reimbursements of bid costs.
The Contracting Authority reserves the right to terminate the procurement process (or part of it) at any time. GO Reference: GO-2012131-PRO-3686153.
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:31.1.2012