London Borough of Tower Hamlets : CLC4473 Removal of Nuisance Vehicles

  London Borough of Tower Hamlets has published this notice through Delta eSourcing

Notice Summary
Title: CLC4473 Removal of Nuisance Vehicles
Notice type: Contract Notice
Authority: London Borough of Tower Hamlets
Nature of contract: Services
Procedure: Restricted
Short Description: The London Borough of Tower Hamlets is seeking expressions of interest from suitably competent organisations to supply the service for the removal and disposal of nuisance vehicles in the borough covering the following areas -: Enforcement action by removal and storage of contravening, illegally parked and other nuisance vehicles on public highways and other relevant land. The Removal of abandoned vehicles from all roads, properties and sites in the borough and the disposal of such vehicles by meeting in full the regulations governing recycling of ‘end of life vehicles The enforcement of parking contraventions on land managed by Tower Hamlets Homes Limited (London Borough of Tower Hamlets’ Arm’s Length Management Organisation) through the provision of a ticketing service, in accordance with BPA code of practice, to collect ticketing income on behalf of Tower Hamlets Homes.
Published: 27/08/2013 12:28

View Full Notice

UK-London: Parking enforcement services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Tower Hamlets
      Mulberry Place, 5 Clove Crescent, London, E14 2BG, United Kingdom
      Tel. +44 2073644044, Email: julie.harmer@towerhamlets.gov.uk, URL: http://www.towerhamlets.gov.uk/
      Attn: Julie Harmer
      Electronic Access URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      Electronic Submission URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: CLC4473 Removal of Nuisance Vehicles
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 16

         Region Codes: UKI12 - Inner London - East         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Parking enforcement services. The London Borough of Tower Hamlets is seeking expressions of interest from suitably competent organisations to supply the service for the removal and disposal of nuisance vehicles in the borough covering the following areas -:
Enforcement action by removal and storage of contravening, illegally parked and other nuisance vehicles on public highways and other relevant land.
The Removal of abandoned vehicles from all roads, properties and sites in the borough and the disposal of such vehicles by meeting in full the regulations governing recycling of ‘end of life vehicles
The enforcement of parking contraventions on land managed by Tower Hamlets Homes Limited (London Borough of Tower Hamlets’ Arm’s Length Management Organisation) through the provision of a ticketing service, in accordance with BPA code of practice, to collect ticketing income on behalf of Tower Hamlets Homes.
         
      II.1.6)Common Procurement Vocabulary:
         98351110 - Parking enforcement services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Lot 1 – Enforcement action by removal of contravening, illegally parked and other nuisance vehicles on public highways, Council owned land. The Contract will include the provision of related services comprising the management of the council owned pound including payment centre operations within this pound and the supply of pound staff as specified.

Lot 2 – The Removal of abandoned vehicles from all roads, properties and sites in the borough and the disposal of such vehicles by meeting in full the regulations governing recycling of ‘end of life vehicles
Lot 3 – The enforcement of parking contraventions on land managed by Tower Hamlets Homes Limited through the provision of a ticketing service, in accordance with BPA code of practice, to collect ticketing income on behalf of Tower Hamlets Homes Limited. Lot 3 will require daily patrols to cover the stock using an electronic ticketing system, with responsive capability to attend unauthorised vehicles notified directly by Tower Hamlets Homes Limited or its residents, and the provision of all enquiry, complaint and appeals-handling processes.


Organisations may express an interest in providing one or more lots.

The contract term will be 3 years                  
         Estimated value excluding VAT:
         Range between: 1,700,000 and 3,950,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1

      1)Short Description:      
      Lot 1 – Enforcement action by removal of contravening, illegally parked and other nuisance vehicles on public highways, Council owned land. The Contract will include the provision of related services comprising the management of the council owned pound including payment centre operations within this pound and the supply of pound staff as specified.

      2)Common Procurement Vocabulary:
         98351110 - Parking enforcement services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 567,000 and 988,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2

      1)Short Description:      
      Lot 2 – The Removal of abandoned vehicles from all roads, properties and sites in the borough and the disposal of such vehicles by meeting in full the regulations governing recycling of ‘end of life vehicles

      2)Common Procurement Vocabulary:
         98351110 - Parking enforcement services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 1 and 12,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3

      1)Short Description:      
      Lot 3 – The enforcement of parking contraventions on land managed by Tower Hamlets Homes Limited through the provision of a ticketing service, in accordance with BPA code of practice, to collect ticketing income on behalf of Tower Hamlets Homes Limited. Lot 3 will require daily patrols to cover the stock using an electronic ticketing system, with responsive capability to attend unauthorised vehicles notified directly by Tower Hamlets Homes Limited or its residents, and the provision of all enquiry, complaint and appeals-handling processes.

      2)Common Procurement Vocabulary:
         98351110 - Parking enforcement services.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 250,000 and 317,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The contracting authority reserves the right to require a parent company guarantee, performance bond or other appropriate security. Details will be provided in the tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Tenders must be in pounds sterling and all payments under the contract shall be made in pounds sterling.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The contracting authority will require a contract with one legal entity per lot. In the event of a consortium bid, the contracting authority will only enter into a contract with a suitable prime contractor.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Any successful company(ies) (and any supply chain) will be required to actively participate in the achievement of social and/or environmental policy objectives. These will relate to, for example, fostering opportunity, recruitment, training and supply chain initiatives and other similar initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations. The successful company(ies) will be expected to follow the Principle of Good Employment Practice, particularly London Living Wage.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      It is a requirement that the successful bidder for Lot 3 is a Registered Operator under the British Parking Association’s Approved Operator Scheme at or before contract award. Failure of the successful bidder to have or acquire this accreditation shall result in the Contracting Authority eliminating the bidder from the process and the Contracting Authority accepts no liability whatsoever in this regard.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         Company turnover should be 2.5 x the annual contract value for Lots 1 and 3
Company turnover should be 2 x the annual contract value for Lot 2
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         Information and formalities necessary for evaluating if requirements are met:
A questionnaire setting out the council's requirements is available from the address at I.1 and must be duly
completed and returned to that address by the deadline indicated in the Pre-Qualification Questionnaire.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CLC4473      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 27/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Section IV.1.2 – Please note that the number of economic operators invited to tender quoted in this section relates to the number per ‘lot’
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=70727846
GO-2013827-PRO-5068515 TKR-2013827-PRO-5068514
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 27/08/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Tower Hamlets Homes Limited
      Jack Dash House, 2 Lawn House Close, London, E14 9YQ, United Kingdom

View any Notice Addenda

View Award Notice