Opportunity

HCC - 03/23 - The Provision of Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions

  • Hertfordshire County Council

F02: Contract notice

Notice reference: 2023/S 000-007535

Published 15 March 2023, 1:28pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire County Council

Pegs Lane

Hertford

SG13 8DE

Contact

Strategic Procurement Group

Email

zoe.upson@hertfordshire.gov.uk

Telephone

+44 01707292463

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.hertfordshire.gov.uk

Buyer's address

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

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 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

HCC - 03/23 - The Provision of Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions

Reference number

HCC2214136

two.1.2) Main CPV code

  • 63712200 - Highway operation services

two.1.3) Type of contract

Services

two.1.4) Short description

Further information in regards to this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3 below for further information. To be considered as a Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 21st April 2023. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system. The estimated total value of the Contract is stated in II.1.5 of this notice and is for initial term inclusive of the approximate value for extension.

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712200 - Highway operation services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Hertfordshire County Council is currently out to procurement for Camera Enforcement Services for Bus Lane and Moving Traffic ContraventionsThe highway network provides one of the most important and valuable public facilities for Hertfordshire and it is continuously occupied for place, movement and asset management purposes. The competing and sometimes conflicting demands for use of the highway far outstrips its capacity and, therefore the network needs to be managed actively. In some cases, pro-active enforcement will be necessary to ensure that the local traffic management objectives are achieved.The Council is looking to undertake camera enforcement of bus lanes, bus gates and other moving traffic offences from early 2023. The necessary powers for unattended camera enforcement of bus lanes and gates were obtained in 2007 but enforcement is not currently undertaken. The Council is preparing to seek powers under Part 6 of the Traffic Management Act (2004) for the civil enforcement of other moving traffic offencesTo support this ambition the Council wants to procure an optimum service from a single end-to-end provider through a four-year contract, extendable to seven years.Please refer to Schedule 1 of the Contract- Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home This procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 21st April 2023Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.The use of Lots has been considered for this procurement, but have not been used, because the Council requires an end to end’ holistic service from a single supplier, who will manage the internal interfaces or the supply chain themselves.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please note the value referred to in II.2.6 below is the total value inclusive of any extension

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: £24,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Council will review its options towards the end of the Contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for up to a further seven (7) years

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

Selection criteria 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


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

21 April 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

21 April 2023

Local time

12:00pm

Place

https://intendhost.co.uk/supplyhertfordshire/aspx/Home


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

Electronic payment will be used

six.3) Additional information

Please Note that the Contract can be used by those participating bodies listed within this Contract Notice. However the Council reserves the right to allow any future trading arms of the Council to also utilise the Contract. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Contract and the Council and other participating bodies will be entitled to enter into other Contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Contract. The Participating Bodies able to use the Contract are; Broxbourne Borough Council, Dacorum Borough Council, East Herts District Council, Hertsmere Borough Council, North Hertfordshire District Council, St Albans City and District Council, Stevenage Borough Council, Three Rivers District Council, Watford Borough Council, Welwyn and Hatfield Borough Council.Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline. Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system. If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract. Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. Please note that the Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demand

six.4) Procedures for review

six.4.1) Review body

High Court Royal Courts of Justice

The Strand

London

WC24 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court Royal Courts of Justice

The Strand

London

WC24 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.

six.4.4) Service from which information about the review procedure may be obtained

High Court Royal Courts of Justice

The Strand

London

WC24 2LL

Country

United Kingdom