Pay by Phone Parking Services for Islington Council
Islington Council invites suitable expressions of interest from suppliers for the provision of services for paying to park by phone and also a cash payment option.
United Kingdom-London: Parking services
2014/S 201-355201
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Islington
Strategic Procurement Team, Second Floor, 7 Newington Barrow Way, Finsbury Park
For the attention of: Ms Denise Heward-Mills
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
Internet address(es):
General address of the contracting authority: www.islington.gov.uk
Address of the buyer profile: www.islington.gov.uk/services/business-licensing/opportunities/selling_council/procurement_opps/Pages/default.aspx
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 Borough of Islington, 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)
Current status / Background:
Islington have over 6000 on-street parking spaces for which short term payment can be made. These are designated within 24 Controlled Parking Zones (CPZs) with different operational hours including some with match day controls. The current contract is due to expire and the Council seek to establish a new contract and appoint a suitable supplier.
The requirement:
The supplier will be required to implement, supply and maintain a pay by phone system to take payments relating to short-term parking spaces. In addition the supplier will be required to provide a cash payment solution for people who do not have access to a mobile phone and/or credit/debit card.
TUPE [Transfer of Undertakings (Protection of Employment) Regulations].
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender.
Contract Period:
The contract period will be for 60 months from estimated start date 1.5.2015 with option to extend up to a further 24 months.
Contract Value:
The estimated total value of this contract is GBP 2 450 000 over the maximum 84 months term of the contract. This is based on GBP 350 000 per annum. However the Council is confident the bids received will be lower than the estimated value.
II.1.6)Common procurement vocabulary (CPV)
63712400
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 350 000 and 2 450 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
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: As per pre-qualification and/or tender documentation as appropriate.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
As per pre-qualification and/or tender documentation as appropriate.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
As per pre-qualification and/or tender documentation as appropriate.
Minimum level(s) of standards possibly required: As per pre-qualification and/or tender documentation as appropriate.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
As per pre-qualification and/or tender documentation as appropriate.
Minimum level(s) of standards possibly required:
As per pre-qualification and/or tender documentation as appropriate.
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.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 50
2. Quality — Proposed approach to service delivery. Weighting 30
3. Quality — Proposed approach to reporting methodology and management information. Weighting 10
4. Quality — Proposed approach to customer service and customer focus. Weighting 5
5. Quality — Proposed approach to equality and diversity. Weighting 5
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
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: Islington Council Officers, their representatives and/or partners as appropriate.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: October 2019 if an option to extend the contract is not taken.
VI.2)Information about European Union funds
VI.3)Additional information
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) on the basis of quality 50 % and cost 50 %. Further details will be provided in the invitation to tender.
Cost 50 %
Quality 50 %
Quality made up of:
Proposed approach to service delivery 30 %
Proposed approach to reporting methodology and management information 10 %
Proposed approach to customer service and customer focus 5 %
Proposed approach to equality and diversity 5 %
Total 100 %
Tenderers should be aware that we reserve the right to hold site visits and/or presentations and/or interviews during the tender process. Site visits and/or presentations and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
Procurement Process:
This contract is advertised as Open Procedure. The Open Procedure means that all bidders who successfully express an interest will automatically be invited to tender and have access to the tender documents. Those who submit a tender and meet the minimum requirements will have their full tender, method statements and pricing evaluated.
How to express an interest:
If you wish to apply for this contract please follow the steps below:
Register your company free of charge via the London Tenders Portal.
Link: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Await acceptance. You will receive an email confirming your username and password.
Use your username and password to log into the London Tenders Portal and express your interest in 1314-306 Pay by Phone Parking Services — 63712400: Parking services
Shortly after you have expressed interest, you will receive a second email containing a link to access the tender documents.
Deadlines:
The deadline for expressions of interest is: 12:00 noon on Friday 5.12.2014.
Submission of Tender documents by: 12:00 noon on Monday 8.12.2014.
Late submissions will not be accepted.
Additional information.
— Islington Council and its partners are committed to work towards a ‘Fairer Islington’. The council’s Corporate Plan 2011-2015 outlines proposals for creating a fairer Islington by addressing the gaps between rich and poor to make a difference to the lives of those in our community who most need a helping hand.
— In keeping with Islington’s commitment to sustainability, please do not include any publicity material with your submissions.
— Islington Council aims to provide equality of opportunity and welcomes applicants from black and minority ethnic communities and disabled groups. In addition the Council actively encourages Voluntary and Community Sector (VCS) organisations, Social Enterprises or not for profit enterprises and small to medium enterprises (SME) to tender as part of its sustainability policy.
— The Pre Qualification Questionnaires will be marked in rounds. Only applicants who are successful after each round will be shortlisted for the next stage.
— Please include the Contract Number of this tender process when communicating with the Council in any way.
— Applicants are advised that all costs incurred either directly or indirectly in preparation, submission or otherwise related to this advertisement will be borne by them, and in no circumstances will the council be responsible for any such costs. Applicants are also advised that the council at its sole discretion acting reasonably and in good faith reserves the right to abandon the procurement at any stage prior to contract award.
— As part of a commitment to transparency the council is now publishing all spend over GBP 500 each month. This includes spend on contracts, so the successful contractor should expect details of spend against the contract to appear on the council website www.islington.gov.uk
The council is also committed to publishing tender and contract documentation after contract award stage. Commercially sensitive information will be redacted from documentation. What constitutes commercially sensitive information is a matter for the council’s sole discretion. However, tenderers will be invited to identify information they consider to be commercially sensitive in their tender return and this will be taken into account in the council forming a view.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Islington Council — Strategic Procurement Team
7 Newington Barrow Way
N7 7EP London
UNITED KINGDOM
E-mail: procurement@islington.gov.uk
Telephone: +44 2075272000
Internet address: http://www.islington.gov.uk
VI.5)Date of dispatch of this notice: