Parking Services Tender
Mobile telephone parking payment solution (with an option for a cash payment alternative).
London: parking services
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Lambeth
3rd Floor, Olive Morris House, Brixton Hill
For the attention of: Selina Eaton
SW2 1RL London
UNITED KINGDOM
Telephone: +44 2079261020
E-mail: Seaton@Lambeth.gov.uk
Internet address(es):
General address of the contracting authority: http://www.lambeth.gov.uk
Address of the buyer profile: http://lblambeth.eu-supply.com
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)
Section II: Object of the contract
Service category No 20: Supporting and auxiliary transport services
Main site or location of works, place of delivery or of performance: London, Brighton.
NUTS code UKI
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 30 500 000 GBP
a) The set up, implementation, operation and support of a mobile telephone parking payment solution, to include an online parking solution and other innovative application solutions; and
b) The delivery, support and management of a cash payment option available via local retailers/outlets, for members of the public wishing to pay for parking spaces. The service provider will be required to ensure customers can set up a parking session in a variety of ways to include payment by SMS, touchtone, mobile web etc. A web site service and call centre operation will be required to support the service and the service provider must ensure their system integrates, if required, with the current parking systems used by each contracting organisation. The service provider is 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. The system proposed must allow for expansion for future variations which may incorporate other areas of the contracting organisations’ service provision i.e. permit payments, suspensions, penalty charge notices and other non parking related payments etc. This will be for a framework agreement which may be called off by other public sector bodies: Brighton and Hove City Council, Wesminster City Council, City of London Corporation and Transport for London. It is envisaged the framework agreement will commence from June/July 2012 for 3 years with an option to extend for a further 1 year. One contractor will be appointed.
63712400, 66172000, 72000000
Bidders should note that a framework agreement does not guarantee any volume or value of work to a service provider and the values provided in Section II.1.4) are purely indicative, estimated, and dependent upon the take up of the framework agreement by all the organisations named in this notice. The upper value of the range provided is the estimated value of all the named organisations calling off 4 year contracts (although this cannot be accurately assessed or guaranteed).
Bidders should note that all organisations named in this notice reserve the right to determine whether to enter into contracts via call-offs under this agreement at any time during the duration of the framework, or pursuant to another arrangement.
Description of these options: Option to extend the 3 year framework agreement for a further 1 year period.
Section III: Legal, economic, financial and technical information
Description of particular conditions: The supplier will be required as a condition of contract to comply with the ‘Code of Practice for the Elimination of Racial Discrimination and the Promotion of Equality of Opportunity in Employment’ issued by the (United Kingdom) Commission for Racial Equality. The Code is available from Central Books Ltd, 99 Wallis Road, London E9 5LN, UNITED KINGDOM, tel: +44 2089864854.
Information and formalities necessary for evaluating if the requirements are met: Bidders are required to complete a pre-qualification business questionnaire which the organisation will use to evaluate bidder’s economic and financial standing, technical capacity and ability to ensure they meet the minimum requirements. This will include the taking up of suitable references. The questionnaire is available from http://lblambeth.eu-supply.com.
The supplier will be required at the commencement date of the contract to have adequate levels of relevant insurance cover in respect of all risks arising out of the suppliers performance of its obligations under any contract.
Minimum level(s) of standards possibly required: As set out in the pre-qualification business questionnaire.
In accordance with Article 48 to 50 of Directive 2004/18/EC and Regulations 25 of the Public Contracts Regulations 2006 and as set out in the contracting organisation’s pre-qualification business questionnaire.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification business questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
Payable documents: no
Section VI: Complementary information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://lblambeth.eu-supply.com.
The pre-qualification business questionnaire will be evaluated according to the guidance provided in the questionnaire. A maximum of 6 suitably qualified organisations will be selected according to the scores awarded to the questionnaires and these orgnanisations will then be invited to tender.
The organisation confirms that this requirement is a part B service and is therefore outside of the full Public Contract Regulations. This is however a voluntary notice in keeping with the spirit of the Public Procurement Regulations and accordingly the organisation shall not be restricted to those Regulations which are exclusively applicable to part A services.
Lambeth Council reserves the right not to award a contract or to award part of a contract only. There will be no reimbursements of bid costs.
Any Contract or agreement resulting from the tender will be entered into under English Law.
Lambeth Council reserves the right to terminate the procurement process (or part of it) or to change the basis of the procurement at any time.
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:20.12.2011