Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
City Hall, 64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Parking Services - CCTV Camera Enforcement
Reference number
CAR 1105
two.1.2) Main CPV code
- 63712400 - Parking services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Service Provider shall deliver an integrated technology platform and infrastructure to deliver the required functionality, resilience, and security to meet WCC’s requirements and Service Levels.
The service shall include:
• A secure, integrated CCTV technology solution
• Hosting services including the computing environment, the provision and support of a stable infrastructure, business continuity, and effective and efficient performance of operations
• Data storage, backup, recovery, and archiving capability
• Maintenance and support of all supplied applications, hardware, and integration
• Integrate WCC provided services and infrastructure, including Back-office systems such as the Notice Processing System
• Fully GDPR compliant solutions and services
It is to be noted that this is a standalone contract outside of any other CCTV related contracts that the council may have. There may be future dialogue with other directorates for the council to holistically understand the future of CCTV related services across the council and whether there is scope for future consolidation of contracts.
This service is dependent on the following services being procured separately but commencing at the same time:
• Parking Technology contract (i.e. video clips taken transfer into the new technology PCN system)
• Business Processing Service contract
The combined requirements of these procurements are designed to make a positive impact on traffic management in terms of managing movement, enabling motorists to park in a compliant manner, and therefore maximising the legal use of the available parking in the City
To view the full Specification and tender instructions, please visit www.capitalesourcing.com.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63712400 - Parking services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
City of Westminster
two.2.4) Description of the procurement
The successful Service Provider shall deliver an integrated technology platform and infrastructure to deliver the required functionality, resilience, and security to meet WCC’s requirements and Service Levels.
The service shall include:
• A secure, integrated CCTV technology solution
• Hosting services including the computing environment, the provision and support of a stable infrastructure, business continuity, and effective and efficient performance of operations
• Data storage, backup, recovery, and archiving capability
• Maintenance and support of all supplied applications, hardware, and integration
• Integrate WCC provided services and infrastructure, including Back-office systems such as the Notice Processing System
• Fully GDPR compliant solutions and services
To view the full Specification and tender instructions, please visit www.capitalesourcing.com.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
4 year initial term with options to extend by 2 x 2 years. Possible total of 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please refer to www.capitalesourcing.com for details.
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
Restricted 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
8 June 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom