Personnel Recruitment Tender
Supply services of personnel including temporary staff. Parking services. Parking enforcement services. The Council is introducing a new operating model for parking services, which will focus on how the kerbside is managed.
UK-London: Supply services of personnel including temporary staff
2013/S 101-173319
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Westminster City Council (‘Council’)
64 Victoria Street
Contact point(s): The Council will manage the procurement through its e-tendering system. All interested parties should register here https://esourcing.bravosolution.co.uk
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2033496601
Internet address(es):
General address of the contracting authority: http://www.westminster.gov.uk
Electronic access to information: https://esourcing.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://esourcing.bravosolution.co.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)
Section II: Object of the contract
Service category No 20: Supporting and auxiliary transport services
NUTS code UKI1
To facilitate this, the Council is seeking to procure a service provider to provide Traffic Marshals whose role will be to help residents, workers, businesses and visitors park compliantly. Coupled with the implementation of new technology being procured under a separate tender (see VI.3 below), Traffic Marshals will provide information on where parking spaces are available, and seek to ensure the highest possible compliant occupancy. The Traffic Marshals will retain and exercise the powers of a Civil Enforcement Officer, and where appropriate they will be able to issue Parking Charge Notices or Fixed Penalty Notices, should this become necessary.
The Council requires a flexible pool of Traffic Marshals. This pool will fluctuate up or down within prescribed limits and notice periods as the needs of the Council require. Strategic deployment of the resource will be managed by the Council. The service provider will be responsible for ensuring that the Traffic Marshals required by the Council are available for deployment. The resource will need to be fully trained and supplied with uniforms in accordance with the Council’s requirements.
In summary the service provider will provide Traffic Marshals who shall as a minimum:
– Advise motorists on where and when they may park their vehicles.
– Direct motorists to available spaces.
– Assist members of the public generally.
– Improve bay utilisation and compliance to manage the finite amount of kerb space effectively.
– Interact with businesses and other stakeholders on an ad hoc basis.
– Carry out supplementary activities as and when required e.g. suspensions, fault reporting.
– Issue PCNs and / or Fixed Penalty Notices (FPNs) when appropriate.
– Take appropriate action (such as; moving vehicles on, driver education, provision of information and assistance, directing to nearest parking place, or issuing a PCN).
– Work with other Council departments and suppliers to ensure the City is clean, safe and well managed.
– Manage access to restricted areas e.g Leicester Square
– Assist at special or one off events.
– Perform other related activities within the capabilities of the marshalling resource.
More detail regarding the requirement can be found in the pre-qualification questionnaire (‘PQQ’) at https://esourcing.bravosolution.co.uk
79620000, 63712400, 98351110
Estimated value excluding VAT:
Range: between 23 000 000 and 39 200 000 GBP
Description of these options: The Council will require a unilateral option to extend the initial term (of 4 years) by up to a further 2 years.
Section III: Legal, economic, financial and technical information
Completed PQQs must be returned to the Council via the portal referred to at I.1 before the deadline specified in Section IV.3.4 below.
Completed PQQs must be returned to the Council via the portal referred to at I.1 before the deadline specified in Section IV.3.4 below.
Information and formalities necessary for evaluating if the requirements are met:
This procurement process will be run electronically using Westminster’s e-tendering system at https://esourcing.bravosolution.co.uk. Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire (“PQQ”) copies of which is available via the portal. Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) – Browse to the eSourcing Portal – Click the “Click here to register” link – Accept the terms and conditions and click “continue” – Enter your correct business and user details – Note the username you chose and click “Save” when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier) – Click on the relevant PQQ to access the content. – Click the “Express Interest” button in the “Actions” box on the left-hand side of the page. – This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only) – Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box 3. Responding to the tender – You can now choose to “Reply” or “Reject” (please give a reason if rejecting) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ – There may be a mixture of online & offline actions for you to perform (there is detailed online help available).
If you require any further assistance please consult the Bravo online help, or contact the eSourcing helpdesk on phone: 0800 368 4850 or (outside UK):+442033496601.
Completed PQQs must be returned to the Council via the portal referred to at I.1) before the deadline specified in Section IV.3.4) below.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire (‘PQQ’).
Prior information notice
Notice number in the OJEU: 2013/S 15-021228 of 22.1.2013
Section VI: Complementary information
– The Council is also separately issuing a Contract Notice in the Official Journal for the procurement of ‘Kerbside Management: Business Processing and Technology Services’. That procurement will deliver technology to integrate the business processes and systems to support the work of the personnel who are the subject of this notice, and will provide the resources to deal with customer requests and enquiries. Further information about this procurement can be found at https://esourcing.bravosolution.co.uk and has the code Project Code Project_4, (PQQ_11).
– A Soft Market Test Workshop, for potential bidders who expressed an interest in the Prior Information Notice referred to at IV.3.2 above, was held on 1st March 2013. For those who did not attend the market day, full information and details of what was discussed at and the outputs of the day can be accessed at https://esourcing.bravosolution.co.uk by navigating to PQQ_11 – Kerbside Management PQQ: People and Resources and accessing the Soft Market Test Day folder in the attachments area
– The Council will require staff to have received the following training:
* VRQ City & Guilds Level 2 Award for Civil Enforcement Officers (1889) or VRQ City and Guilds Level 2 Award for Parking Enforcement Officers (1950)
* SIA (Security Industry Authority) Licensed
* BTEC Level 2 Intermediate Award in CCTV Camera Enforcement or City and Guilds Level 2 Award for Parking Enforcement Officers – Roles and Responsibilities of CCTV Enforcement Officers Operating Under Traffic Management Legislation or European equivalent
* In the absence of these, an equivalent qualification approved by the Council.
– These are part B services and the Council will not be bound by the Public Contracts Regulations 2006 (as amended) except as such Regulations are applicable to part B services. This notice and any subsequent notices are placed voluntarily. GO Reference: GO-2013524-PRO-4828653
High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
The Council will voluntarily (as this procurement relates to Part B services) incorporate a minimum 10 calendar day standstill period prior to the award of the Contract. The purpose of this standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:24.5.2013