Opportunity

LCC - Civil Parking Enforcement

  • Lincolnshire County Council

F02: Contract notice

Notice reference: 2024/S 000-009442

Published 22 March 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Lincolnshire County Council

Orchard House, Orchard Street

Lincoln

LN1 1BA

Email

dan.charlesworth@lincolnshire.gov.uk

Country

United Kingdom

NUTS code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://www.lincolnshire.gov.uk

Buyer's address

https://www.lincolnshire.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/

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/

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

LCC - Civil Parking Enforcement

Reference number

DN704728

two.1.2) Main CPV code

  • 63712400 - Parking services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is looking to procure the services of Supplier to enter into a contract for Civil Parking Enforcement across Lincolnshire.

The purpose of the requirements is parking enforcement for on-street and off-street parking including the issuing of Penalty Charge Notices (PCNs) and the administration and processing of PCNs and suspension notices.

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
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

This procedure will be conducted under the open procedure, all documents are available at procontract.due-north.com

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

108

This contract is subject to renewal

Yes

Description of renewals

Contract is for an initial 5 year period (60 months) with the option of 2 X 24 month extension options to allow a maximum term of 9 years (108 months)

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

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: 2024/S 000-000152

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

Date

3 May 2024

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

3 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Will occur approximately 12 - 6 months prior to the end of the contract term

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Courts of Justice WC2A 2LL

Strand

London

WC2A 2LL

Country

United Kingdom