Opportunity

Parking Services. Lot 1 - Business Processing, Lot 2 People & Resources, Lot 3 Abandoned Vehicles and Vehicle Relocations

  • Westminster City Council

F02: Contract notice

Notice reference: 2022/S 000-011763

Published 5 May 2022, 6:12pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

City Hall, 64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

www.westminster.gov.uk

Buyer's address

www.capitalesourcing.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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. Lot 1 - Business Processing, Lot 2 People & Resources, Lot 3 Abandoned Vehicles and Vehicle Relocations

Reference number

CAR 1099, 1100, 1104

two.1.2) Main CPV code

  • 63712400 - Parking services

two.1.3) Type of contract

Services

two.1.4) Short description

Lot 1 Business Processing

The core scope and purpose of the Parking Services Business Processing Solutions Contract is to:

Deliver business processing solution for management of the kerbside

Provide the management of all statutory processes

Contact centre and management of all contacts

Management of all permits and permit processing

Management of suspensions processing

Camera enforcement processing

Payment processing

Lot 2 - People & Resources

The core scope and purpose of the People & Resources Contract is:

To provide a flexible pool of Marshals for deployment on for on and off-street locations.

To provide all support, vehicles, uniforms, base locations and stationery to successfully deliver the Marshal’s duties.

To increase parking compliance by enforcing Westminster City Council’s parking legislation and policies.

To help improve WCC’s air quality by educating drivers.

To install parking suspensions and return parking bays to service.

To carry out Site Inspections and report on parking related assets and abandoned vehicles.

Flexibility for on street and back-office functions to take on additional roles

Lot 3 - Abandoned Vehicles and Vehicle Relocations

The core scope and purpose of the contract is to.

Relocate in-correctly parked vehicles.  

Relocate vehicles on instruction of WCC .

Provide relocation vehicles for other departments as and when required i.e. Events Team, Drainage and Horticultural team. 

Remove abandoned vehicles, store and also dispose of them. 

Detailed service provision of all Lots can be found in the Specifications and viewed via www.capitalesourcing.com.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Business Processing

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 63712400 - Parking services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Dingwall, Scotland

two.2.4) Description of the procurement

The core scope and purpose of the Parking Services Business Processing Solutions Contract is to:

Deliver business processing solution for management of the kerbside

Provide the management of all statutory processes

Contact centre and management of all contacts

Management of all permits and permit processing

Management of suspensions processing

Camera enforcement processing

Payment processing

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: £34,000,000

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 information within the tender at www.capitalesourcing.com

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

two.2) Description

two.2.1) Title

People & Resources

Lot No

Lot 2

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 core scope and purpose of the People & Resources Contract is:

To provide a flexible pool of Marshals for deployment on for on and off-street locations.

To provide all support, vehicles, uniforms, base locations and stationery to successfully deliver the Marshal’s duties.

To increase parking compliance by enforcing Westminster City Council’s parking legislation and policies.

To help improve WCC’s air quality by educating drivers.

To install parking suspensions and return parking bays to service.

To carry out Site Inspections and report on parking related assets and abandoned vehicles.

Flexibility for on street and back-office functions to take on additional roles

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: £56,800,000

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 information within the tender at www.capitalesourcing.com

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

two.2) Description

two.2.1) Title

Abandoned Vehicles and Vehicle Relocations

Lot No

Lot 3

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 core scope and purpose of the contract is to;

Relocate in-correctly parked vehicles.  

Relocate vehicles on instruction of WCC .

Provide relocation vehicles for other departments as and when required i.e. Events Team, Drainage and Horticultural team. 

Remove abandoned vehicles, store and also dispose of them. 

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: £1,600,000

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 information within the tender at www.capitalesourcing.com

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.1.2) 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

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: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

To access all tender documentation, interest organisation must register or log in to the e-tendering portal found at www.capitalEsourcing.com

Tender responses will only be valid via this portal.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom