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. 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