Tender

SC21081 - Moving Traffic Enforcement

  • Kent County Council

F02: Contract notice

Notice identifier: 2023/S 000-003489

Procurement identifier (OCID): ocds-h6vhtk-03a2f1

Published 3 February 2023, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

Invicta House

Maidstone

ME14 1XX

Contact

Ms Milly Massy

Email

Milly.Massy@kent.gov.uk

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=1e3b13b4-dba3-ed11-811f-005056b64545&p=8691483f-2f3d-e711-80e1-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=1e3b13b4-dba3-ed11-811f-005056b64545&p=8691483f-2f3d-e711-80e1-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SC21081 - Moving Traffic Enforcement

Reference number

DN654794

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

KCC require the provision of an all-encompassing total system service that allows it to discharge its responsibility under the Traffic Management Act, with respect to the enforcement of Moving Traffic Offences

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

KCC require the provision of an all-encompassing total system service that allows it to discharge its responsibility under the Traffic Management Act, comprising of:

1. Supply, installation, Communications (3G, 4G or 5G), maintenance (for the duration of the contract) of permanently fixed VCA Certified Traffic Management Act 2004 CCTV units, for the use of moving Traffic Enforcement.

2a. Connection to a minimum of 20 CCTV units

2b. Digital video image capture of Moving Traffic Offence from a VCA certified CCTV unit

2c. Share image with KCC for interrogation and instruction to proceed

2d. ANPR data interrogation

2e. Link to the Driver and Vehicle Licensing Agency (DVLA) for the address of the registered keeper; creation of a PCN evidence pack; management of debt recovery

2f. Provide a service that issues and manages the handling of the whole Penalty Charge Notice and Warning to Driver Notice process to include payment of charges

2g. Supply of a Graphical User Interface (GUI) to include all cloud storage and software

2h. Cloud hosted viewing software and storage with suitable Security

2i. System to be fully maintained, including regular software and security updates

3. Provide the Non-Routine Maintenance and repair of the CCTV unit infrastructure and their associated communications.

4. Provide a service that issues and manages the handling of the whole Penalty Charge Notice and Warning to Driver Notices.

5. Provide the professional technical service for contract, industry and technical advice.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Contract is for an initial term of 2 years and has a maximum extension period of a further three years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Kent County Council

Maidstone

Country

United Kingdom