London Boroughs of Richmond and Wandsworth: Parking Enforcement Services

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Parking Enforcement Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: Wandsworth Borough Council, on behalf of itself and the London Borough of Richmond upon Thames (together known as "the Authorities"), is inviting tenders from suitably experienced and competent suppliers for the provision of on-street parking enforcement services in the London Borough of Wandsworth and the London Borough of Richmond upon Thames. The Authorities will enter into a joint contract with the successful tenderer. The successful tenderer is required to provide parking enforcement services, in accordance with the requirements of the Traffic Management Act 2004, to maintain traffic management orders and road networks in line with current increased levels of community regeneration and transformation and enforce parking restrictions to ensure the expeditious movement of traffic through the boroughs, whilst balancing the parking needs of the residents, businesses and visitors of both boroughs. The services comprise the following enforcement service: •On-street enforcement; •Car parks (off-street enforcement); •CCTV enforcement without mobile CCTV capability - Richmond Council; •Enforcement of special events; •Suspension of parking places on the request of the Authority; •Enforcement of footway parking; and •Parking enforcement on housing estates required by Wandsworth Borough Council only. and all supporting services as detailed in the tender documentation. The following services may be required by the Authorities, acting in their absolute discretion, during the contract period but this is not warranted or guaranteed by the Authorities: • CCTV with mobile CCTV capability - Wandsworth Borough Council only; and • Virtual Permit Enforcement - Both Authorities Tenderers are referred to the tender documentation which sets out the Authorities’ requirements in detail. Tenderers should note that are differences between each Authority’s requirements in relation to the provision of the services. The term of the proposed contract is five years (sixty months) to commence 1st August 2016, with option at the absolute discretion of the Authorities to extend for a further period or periods of up to two years (twenty-four months). The estimated range in value of the contract over the initial term of five years and potential extension period of two years is GBP 32900000 to 35700000.
Published: 14/10/2015 17:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Parking enforcement services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wandsworth Borough Council (on behalf of the Wandsworth Borough Council and the London Borough of Richmond).
      The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk, URL: www.wandsworth.gov.uk, URL: www.delta-esourcing.com / www.gov.uk/contractsfinder
      Contact: Corporate Procurement Team (UKI11, UKI23), Attn: Dahamia Stephenson-Knight
      Electronic Access URL: www.delta-esourcing.com / www.gov.uk/contractsfinder
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   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: Parking Enforcement Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI11 - Inner London - West         
      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. Parking services. Closed circuit television services. Data-processing services. Data analysis services. Data capture services. Data storage services. Wandsworth Borough Council, on behalf of itself and the London Borough of Richmond upon Thames (together known as "the Authorities"), is inviting tenders from suitably experienced and competent suppliers for the provision of on-street parking enforcement services in the London Borough of Wandsworth and the London Borough of Richmond upon Thames. The Authorities will enter into a joint contract with the successful tenderer.
The successful tenderer is required to provide parking enforcement services, in accordance with the requirements of the Traffic Management Act 2004, to maintain traffic management orders and road networks in line with current increased levels of community regeneration and transformation and enforce parking restrictions to ensure the expeditious movement of traffic through the boroughs, whilst balancing the parking needs of the residents, businesses and visitors of both boroughs.
The services comprise the following enforcement service:
•On-street enforcement;
•Car parks (off-street enforcement);
•CCTV enforcement without mobile CCTV capability - Richmond Council;
•Enforcement of special events;
•Suspension of parking places on the request of the Authority;
•Enforcement of footway parking; and
•Parking enforcement on housing estates required by Wandsworth Borough Council only.
and all supporting services as detailed in the tender documentation.

The following services may be required by the Authorities, acting in their absolute discretion, during the contract period but this is not warranted or guaranteed by the Authorities:

• CCTV with mobile CCTV capability - Wandsworth Borough Council only; and
• Virtual Permit Enforcement - Both Authorities

Tenderers are referred to the tender documentation which sets out the Authorities’ requirements in detail. Tenderers should note that are differences between each Authority’s requirements in relation to the provision of the services.


The term of the proposed contract is five years (sixty months) to commence 1st August 2016, with option at the absolute discretion of the Authorities to extend for a further period or periods of up to two years (twenty-four months).

The estimated range in value of the contract over the initial term of five years and potential extension period of two years is GBP 32900000 to 35700000.
         
      II.1.6)Common Procurement Vocabulary:
         98351110 - Parking enforcement services.
         
         63712400 - Parking services.
         
         92222000 - Closed circuit television services.
         
         72310000 - Data-processing services.
         
         72316000 - Data analysis services.
         
         72313000 - Data capture services.
         
         72317000 - Data storage 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: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The estimated contract value over the maximum seven years is in the region of GBP32900000 to 35700000.                  
         Estimated value excluding VAT:
         Range between: 32,900,000 and 35,700,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The term of the proposed contract is five years (sixty months) to commence 1st August 2016, with the option at the absolute discretion of the Authorities to extend for a further period or periods of two years (twenty four months).       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 60 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 84 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Please see tender documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Please see tender documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Please see tender documentation.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Please see tender documentation.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As set out in the Invitation to Tender ("ITT")      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the ITT
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the ITT      
      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: Open
   
   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: CPT/1681      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 123 - 894357 of 19/12/2014
               
         Other previous publications: 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: 25/11/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

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: This is a joint procurement conducted by Wandsworth Borough Council and the London Borough of Richmond who are in the process of forming a shared staff structure. A joint project team and project board has been set up to conduct this procurement with Wandsworth as the lead. The Authorities will be entering into a joint contract with the successful tenderer and will manage the contract and monitor the performance of the services jointly.

Tenders must be submitted via the Delta e-Sourcing portal (www.delta-esourcing.com) no later than 12 noon 25 November 2015.

Tenderers must register on this site to respond, although those already registered will not need to register again and will be able to use their existing username and password. Please note there is a password reminder link on the homepage.
Tenderers must log in, go to Response Manager and add the following Access Code: . 6BPFV75646. Tenderers should then follow the on screen instructions.

The Delta e-Sourcing Helpdesk can be contacted by emailing helpdesk@delta-ets.com or calling 0845 270 7050 in case of technical difficulties.

The Authorities believe that requirements of the Transfer of Undertakings (Protection of Employment) Regulations 2006 and the Acquired Rights Directive apply to the contract.

The award of the contract will be based on the most economically advantageous compliant tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Parking-enforcement-services./6BPFV75646

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6BPFV75646
GO-20151014-PRO-7190777 TKR-20151014-PRO-7190736
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 20794760000

      VI.4.2)Lodging of appeals: The Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers.

Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.

If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into   
   
      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: 14/10/2015

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Wandsworth Borough Council (on behalf of London Borough of Richmond upon Thames)
      The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk, URL: www.wandsworth.gov.uk / www.gov.uk/contractsfinder
      Contact: Central Procurement Team, Attn: Dahamia Stephenson-Knight   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Wandsworth Borough Council (on behalf of London Borough of Richmond upon Thames)
      The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk, URL: www.wandsworth.gov.uk / www.gov.uk/contractsfinder
      Contact: Central Procurement Team, Attn: Dahamia Stephenson-Knight   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Wandsworth Borough Council (on behalf of London Borough of Richmond upon Thames)
      The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk, URL: www.delta-esourcing.com
      Contact: Central Procurement Team, Attn: Dahamia Stephenson-Knight

   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
      London Borough of Richmond Upon Thames
      Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom

View any Notice Addenda

View Award Notice