Section one: Contracting authority
one.1) Name and addresses
London Borough of Lewisham
4th Floor Laurence House
Catford
SE6 4RU
Contact
Sorcha Rooney
lewisham.procurement@lewisham.gov.uk
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
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 and Traffic Enforcement and Associated Services
Reference number
DN651820
two.1.2) Main CPV code
- 63712400 - Parking services
two.1.3) Type of contract
Services
two.1.4) Short description
Lewisham Council has currently an outsourced parking and moving traffic enforcement service and an in-house service for the administration of notice processing, permitting and other related activities in the Borough. The Council seeking a suitably qualified service provider to provide parking and moving traffic enforcement services.
The contract will run for an initial period of 8 years, with an option to extend for a further 2 years.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
The Council is seeking to appoint a progressive, technological and forward-looking external service provider as its Parking Services contractor to undertake on the Council’s behalf. The scope of the contract will cover the full range of service provisions:
· on-street and off-street parking and traffic enforcement,
· ANPR CCTV traffic enforcement cameras hardware, installation and review software
· CCTV enforcement including clip review,
· ANPR CCTV mobile enforcement vehicle,
· environmental enforcement,
· abandoned vehicles removal service management,
· cashless parking services,
· penalty charge notice and back office processing,
· parking permit issuing and processing,
· enforcement agencies management,
· disabled bay application processing and implementation,
· signs and lines implementation and management,
· suspensions and all associated management,
· EV charging points implementation,
· provision and maintenance of IT hardware and software including all associated to enforcement,
· customer contact call centre and
· all associated services and equipment required to facilitate the contract.
The contract will run for an initial period of 8 years, with an option to extend for a further 2 years.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion / Weighting: 55%
Price - Weighting: 45%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 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
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-001462
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 June 2023
Local time
12:00pm
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 Court of Justice Strand London
London
WC2A 2LL
Country
United Kingdom