London Boroughs of Richmond and Wandsworth: The Provision of Parking Enforcement Services

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

Notice Summary
Title: The Provision of Parking Enforcement Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: 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 borough, whilst balancing the parking needs of the residents, businesses and visitors. The services comprise the following enforcement service: — On-street enforcement; — Car parks (off-street enforcement); — CCTV enforcement without mobile CCTV capability; — Enforcement of special events; — Suspension of parking places on the request of the Authority; — Enforcement of footway parking; and all supporting services as detailed in the tender documentation. Tenderers are referred to the tender documentation which sets out the Councils' requirements in detail.
Published: 12/03/2018 16:50
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-Twickenham: Parking enforcement services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Richmond Upon Thames
             Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
             Tel. +44 2088715021, Email: ichoudhury@wandsworth.gov.uk
             Contact: Ishmam Choudhury
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.richmond.gov.uk/
             NUTS Code: UKI75
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Parking-enforcement-services./7BJA447TYY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Parking-enforcement-services./7BJA447TYY
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: The Provision of Parking Enforcement Services       
      Reference Number: CPT2030
      II.1.2) Main CPV Code:
      98351110 - Parking enforcement services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: 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 borough, whilst balancing the parking needs of the residents, businesses and visitors.
The services comprise the following enforcement service:
— On-street enforcement;
— Car parks (off-street enforcement);
— CCTV enforcement without mobile CCTV capability;
— Enforcement of special events;
— Suspension of parking places on the request of the Authority;
— Enforcement of footway parking; and
all supporting services as detailed in the tender documentation.
Tenderers are referred to the tender documentation which sets out the Councils' requirements in detail.       
      II.1.5) Estimated total value:
      Value excluding VAT: 13,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      38730000 - Parking meters.
      63712400 - Parking services.
      98351110 - Parking enforcement services.
      38700000 - Time registers and the like; parking meters.
      92222000 - Closed circuit television services.
      72310000 - Data-processing services.
      72317000 - Data storage services.
      72313000 - Data capture services.
      72316000 - Data analysis services.
      
      II.2.3) Place of performance:
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: 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 borough, whilst balancing the parking needs of the residents, businesses and visitors.
The services comprise the following enforcement service:
— On-street enforcement;
— Car parks (off-street enforcement);
— CCTV enforcement without mobile CCTV capability;
— Enforcement of special events;
— Suspension of parking places on the request of the Authority;
— Enforcement of footway parking; and
And all supporting services as detailed in the tender documentation.
The following service may be required by the Authority, acting in its absolute discretion, during the contract period but this is not warranted or guaranteed:
— Virtual Permit Enforcement
Tenderers are referred to the tender documentation which sets out the
Councils' requirements in detail.

The term of the proposed contract is 5 years (60 months) with option at the absolute discretion of the Authority to extend for a further period or periods of up to 2 years (24 months). The estimated range in value of the contract over the initial term of 5 years and potential extension period of 2 years is £13,000,000.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 13,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please see the Procurement documents for further information.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Please refer to the Procurement documents for more information.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Please refer to the Procurement documents for more information.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2017/S 159 - 328632       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/04/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/04/2018
         Time: 12:00
         Place:
         London Borough of Richmond Upon Thames
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Twickenham:-Parking-enforcement-services./7BJA447TYY

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7BJA447TYY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          70 Whitehall, London, SW1 2AS, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Buyer 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 Buyer 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 Buyer 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 Buyer 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.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 12/03/2018

Annex A


View any Notice Addenda

UK-Twickenham: Parking enforcement services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Richmond Upon Thames
       Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Tel. +44 2088715021, Email: ichoudhury@wandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.richmond.gov.uk/
       NUTS Code: UKI75

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: The Provision of Parking Enforcement Services      Reference number: CPT2030      
   II.1.2) Main CPV code:
      98351110 - Parking enforcement services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: 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 borough, whilst balancing the parking needs of the residents, businesses and visitors.
The services comprise the following enforcement service:
— On-street enforcement;
— Car parks (off-street enforcement);
— CCTV enforcement without mobile CCTV capability;
— Enforcement of special events;
— Suspension of parking places on the request of the Authority;
— Enforcement of footway parking; and
all supporting services as detailed in the tender documentation.
Tenderers are referred to the tender documentation which sets out the Councils' requirements in detail.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 23/04/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 218961   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 12/03/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.2)          
         Lot No: Not provided          
         Place of text to be modified: IV.2.2)          
         Instead of: Date: 25/04/2018
Local time: 12:00          
         Read: Date: 27/04/2018
Local time: 12:00
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.7)          
         Lot No: Not provided          
         Place of text to be modified: IV.2.7)          
         Instead of: Date: 25/04/2018
Local time: 12:00          
         Read: Date: 27/04/2018
Local time: 12:00
                                    
   
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=314258855


View Award Notice