Tender

DfI - Provision of Parking Enforcement Services

  • Department for Infrastructure

F02: Contract notice

Notice identifier: 2023/S 000-012751

Procurement identifier (OCID): ocds-h6vhtk-031962

Published 4 May 2023, 10:09am



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court, Adelaide Street

BELFAST

BT2 8GE

Email

strategicdelivery.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfI - Provision of Parking Enforcement Services

Reference number

4222067

two.1.2) Main CPV code

  • 98351110 - Parking enforcement services

two.1.3) Type of contract

Services

two.1.4) Short description

The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.

two.1.5) Estimated total value

Value excluding VAT: £75,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98351110 - Parking enforcement services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.

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: £75,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There are options to extend for a further period of up to 36 months and a final period of up to 36 months

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

A selection process will be used to identify economic operators, who having submitted a. response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability,. economic, financial and legal standing to meet the requirements of the Contract.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the Selection Questionnaire continue to be met and that there being no material adverse. change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the. Department. No formal contract shall be binding until it has been formally executed by the duly authorised representatives of the parties.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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 000-004806

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

Date

5 June 2023

Local time

3:00pm

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This competition is being conducted in accordance with the Public Contracts Regulations 2015 (“the Regulations”) and Department for Infrastructure (DfI) will use the Competitive Dialogue procedure which is governed by Regulation 30 of the Regulations. Further information on the competition and how the dialogue phase will be structured will be set out in the. Information Memorandum and the Instructions for Competitive Dialogue (ICD) which will be issued to those economic operators who advance in the procurement following the. evaluation of the responses to the Selection Questionnaire. In addition to the optional services, DfI reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided under the Contract in order to address future functions and requirements and/or additional requirements.. . Following the award of the Contract, DfI reserves the right to resort to the negotiated procedure without prior publication of a contract notice pursuant to Regulation 32 (9) of the Regulations. Please note that any date given in Section IV above is a best estimate at the time of dispatch of this notice. DfI reserves the right to extend any such date. The cost of responding to the Information Memorandum and the Selection Questionnaire and any subsequent participation in the procurement will be borne solely by the participating economic operator.. . Economic operators should note that DfI reserves the right to cancel this procurement process at any stage. Buy Social clauses may apply to this contract requiring the successful supplier to deliver measurable targets for social value..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: Department for Infrastructure and CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.