Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court, Adelaide Street
BELFAST
BT2 8GE
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.