Section one: Contracting authority
one.1) Name and addresses
East Hertfordshire District Council
Wallfields, Pegs Lane
Hertford
SG13 8DE
Contact
Corporate Procurement
Telephone
+44 1438242775
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
East Hertfordshire District Council
Wallfields, Pegs Lane
Hertford
SG13 8DE
Contact
Corporate Procurement
Telephone
+44 1438242775
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
A joint procurement between East Hertfordshire District Council, Stevenage Borough Council and Welwyn Hatfield Borough Council
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
EHC0225 Provision of Civil Parking Enforcement and Related Services
Reference number
EHC408-1306-2025
two.1.2) Main CPV code
- 98351110 - Parking enforcement services
two.1.3) Type of contract
Services
two.1.4) Short description
East Hertfordshire District Council (the Council), Stevenage Borough Council and Welwyn Hatfield Borough Council operate a shared parking enforcement and compliance management service. This procurement is being conducted on behalf of all three councils and is seeking a single supplier for the provision of Parking Management Services in the Districts of East Hertfordshire, Welwyn Hatfield and Stevenage. The successful tenderer will be required to deliver On-Street enforcement of parking, Off-street enforcement of parking and related services as well as the provision, support, licensing and management of a fully hosted web based IT system to provide theenforcement and administration service and to support the Councils’ Parking Services teams.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
East Hertfordshire District Council (the Council), Stevenage Borough Council and Welwyn Hatfield Borough Council operate a shared parking enforcement and compliance management service. This procurement is being conducted on behalf of all three councils and is seeking a single supplier for the provision of Parking Management Services in the Districts of East Hertfordshire, Welwyn Hatfield and Stevenage. The successful tenderer will be required to deliver On-Street enforcement of parking, Off-street enforcement of parking and related services as well as the provision, support, licensing and management of a fully hosted web based IT system to provide theenforcement and administration service and to support the Councils’ Parking Services teams.The intention is for the successful tenderer to enter into a single contract with East Hertfordshire District Council for the benefit of all three Councils. The contract will be for an initial period of 6 years with the option to extend (at the discretion of the Council) for a further period or periods of up to 3 years.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £18,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
Contract has the possibility of an extension after 6 years.Contract term is 6+3
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
28 March 2025
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 March 2025
Local time
12:00pm
Place
East Herts Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
The Council reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Council also reserves the right not to award a contract. Neither the Council nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for these contracts. The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council`s requirements and remain financially viable to perform the Contract. To access this procurement opportunity please visitwww.supplyhertfordshire.uk and follow the on-screen guidance. Any clarifications regarding this opportunity must be raised through the Correspondence area in the eTendering system. If you are experiencing problems with the eTendering system, In-Tend off er a help section which includes a dedicated UK Support Desk which can be contacted via email: support@in-tend.com or telephone +441144070065 for any website /technical questions, Monday to Friday 8:30 - 17:30. Please note the deadline for return and allow sufficient time to make your return as late returns will not be permitted.
six.4) Procedures for review
six.4.1) Review body
High Court
High Court, Royal Courts of Justice, Strand, London, WC2A 2LL
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.