- 1. Belfast City Council
- 2. Ards and North Down Borough Council
- 3. Armagh City, Banbridge and Craigavon Borough Council
- 4. Derry City and Strabane District Council
- 5. Fermanagh and Omagh District Council
- 6. Lisburn and Castlereagh City Council
- 7. Mid Ulster District Council
- 8. Newry, Mourne and Down District Council
Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9 Adelaide Street
Belfast
BT2 8DJ
Contact
Lewis Murray
Country
United Kingdom
Region code
UKN0 - Northern Ireland
Internet address(es)
Main address
https://www.belfastcity.gov.uk
Buyer's address
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
one.1) Name and addresses
Ards and North Down Borough Council
Town Hall, The Castle
Bangor
BT20 4BT
enquiries@ardsandnorthdown.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.ardsandnorthdown.gov.uk
one.1) Name and addresses
Armagh City, Banbridge and Craigavon Borough Council
Craigavon Civic and Conference Centre, PO Box 66, Lakeview Road
Craigavon
BT64 1AL
info@armaghbanbridgecraigavon.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.armaghbanbridgecraigavon.gov.uk
one.1) Name and addresses
Derry City and Strabane District Council
Council offices, 98 Strand Road
Derry
BT48 7NN
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.1) Name and addresses
Fermanagh and Omagh District Council
The Townhall, 2 Townhall Street
Enniskillen
BT74 7BA
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.fermanaghomagh.com
one.1) Name and addresses
Lisburn and Castlereagh City Council
Island Civic Centre, Lagan Valley Island, The Island
Lisburn
BT27 4RL
info@lisburncastlereagh.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.lisburncastlereagh.gov.uk
one.1) Name and addresses
Mid Ulster District Council
Dungannon Office, Circular Road
Dungannon
BT71 6DT
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.midulstercouncil.org
one.1) Name and addresses
Newry, Mourne and Down District Council
District Council Offices, O'Hagan House, Monaghan Row
Newry
BT35 8DJ
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://www.newrymournedown.org
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned 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
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
T2370 - Car Park Management / Off Street Parking Enforcement and Penalty Charge Notice Processing Service for a Consortium of 8 Councils in NI
Reference number
T2370
two.1.2) Main CPV code
- 98351110 - Parking enforcement services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender opportunity has been issued by Belfast City Council 'the lead Council' in connection with a competitive procurement being conducted in accordance with the Public Contracts Regulations.
The lead Council, on behalf of 8 local authorities in Northern Ireland (named in this notice) 'Consortium', invites tenders from suitably qualified and experienced economic operators 'Bidders' for the provision of a car park management / off street parking enforcement and penalty charge notice ‘PCN’ processing service.
Upon notification of award of this joint procurement exercise each council member of the Consortium will enter into individual contracts with the successful Bidder. Each council will have responsibility for the day to day management of their respective contracts.
The tender documents sets out the information which is required by the lead Council to assess the suitability of Bidders' experience, organisational and financial standing to meet the tender requirement. In addition to this, quality and pricing proposals will also be assessed before any contract award is made.
two.1.5) Estimated total value
Value excluding VAT: £13,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34926000 - Car park control equipment
- 34996300 - Control, safety or signalling equipment for parking facilities
- 38730000 - Parking meters
- 51214000 - Installation services of parking meter equipment
- 98351000 - Car park management services
- 98351100 - Car park services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
- Ards & North Down Borough
- Armagh City, Banbridge & Craigavon Borough
- Belfast City
- Derry City & Strabane District
- Fermanagh & Omagh District
- Lisburn & Castlereagh City
- Mid Ulster District
two.2.4) Description of the procurement
The Consortium members are currently in contract with the Department for Infrastructure (DfI) via an Agency Agreement for the provision of off-street car park management services. The DfI carry out some of these services using internal staff but also employ a contractor to deliver the majority of the services. This arrangement is due to end on 31st October 2023.
The Consortium is seeking to procure the provision of its own off-street parking service via a service provider from 1st November 2023 that will provide enforcement in 106 existing charged off-street car parks throughout the different Consortium areas.
It is expected the successful Bidder will provide the following:-
• Off-Street Enforcement
• Cash Collection & Reconciliation
• Pay & Display (“P&D”) machine maintenance
• Full life cycle Penalty Charge Notice (“PCN”) Processing to Enforcement of
• Judgements Office representation stage
• Adjudication service through the Northern Ireland Courts Service
• Debt Recovery in accordance with council’s instructions
• Call centre and customer service help desk for customer interface
• Weekly and monthly reports including updates for financial patterns
• Enforcement at a further 248 Off-Street Car Parks, which are currently free but enforced, throughout the Consortium areas on request from councils, for civil parking contraventions by Traffic Attendant (TA) staff
Bidders should note that the number of Off-Street Car Parks that are currently charged may change throughout the Contract Period and that Off-Street Car Parks which are currently free and not currently enforced may become enforceable by the successful Bidder during the Contract Period, on request of the councils and on the basis of the same costs that the Bidder will supply within its Tender.
During the Contract Period, it is envisaged that the councils may wish to explore other more innovative parking schemes and methods of parking enforcement and management as technology evolves, some of which the councils may ask the successful Bidder to trial as part of a pilot scheme and the cost and scope of which will be agreed between the councils and successful Bidder in accordance with the terms of the Contract.
The Consortium requires a service provider who can respond effectively to these changes as well as the (non- exhaustive) list of tasks above, enabling the councils to enhance user satisfaction, create a more efficient parking services model that uses a simple, socially inclusive, responsive, coherent and smart approach which the community as a whole can embrace; as well as implementing technological improvements in parking services.
Following the successful conclusion of the tender process, the councils are seeking to contract with a competent organisation for the supply of all equipment and applications to support the councils’ parking management service as well as supply labour and parking management expertise. The equipment and applications that the Bidder will supply are fully defined in the Specification, but for illustrative purposes they include items such as the hand-held devices used by Traffic Attendants for enforcement, Traffic Attendant uniforms and back-office software systems.
Full details of the scope of the Deliverables required can be found in Schedule 1 – Specification.
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: £13,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2023
This contract is subject to renewal
Yes
Description of renewals
The Contract shall be effective from the date of award of Contract for an initial period of 5 years.
The Consortium (i.e. each council using their own Contract) reserves the right to extend/renew the Contract up to a further 4 years (2 + 2 year periods). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract shall be effective from the date of award of Contract for an initial period of 5 years.
The Consortium (i.e. each council using their own Contract) reserves the right to extend/renew the Contract up to a further 4 years (2 + 2 year periods). Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
Bidders should note that the number of Off-Street Car Parks that are currently charged may change throughout the Contract Period and that Off-Street Car Parks which are currently free and not currently enforced may become enforceable by the successful Bidder during the Contract Period, on request of the councils and on the basis of the same costs that the Bidder will supply within its Tender.
During the Contract Period, it is envisaged that the councils may wish to explore other more innovative parking schemes and methods of parking enforcement and management as technology evolves, some of which the councils may ask the successful Bidder to trial as part of a pilot scheme and the cost and scope of which will be agreed between the councils and successful Bidder in accordance with the terms of the Contract.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The current estimated value of the service is GBP 13,500,000 over the total 9-year contract period to include the 8 local authorities listed. The estimate value provided in this notice may be subject to change in line inflation/ market prices, changes in volumes of work and inclusion of contract options and associated innovation.
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 set out in the tender 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 set out in the tender 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-031720
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 May 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 May 2023
Local time
12:30pm
Place
via eSourcing NI
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Belfast
Country
United Kingdom