Tender

Environmental Services 2023 – Parking Enforcement (EPR 2122-200)

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2022/S 000-015090

Procurement identifier (OCID): ocds-h6vhtk-031edd

Published 30 May 2022, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Brent

Brent Civic Centre

Wembley

HA9 0FJ

Contact

Mr Mohammed Negm

Email

Mohammed.Negm@brent.gov.uk

Telephone

+44 2089373583

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=f2d8e57a-9735-ec11-810e-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=f2d8e57a-9735-ec11-810e-005056b64545

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

Environmental Services 2023 – Parking Enforcement (EPR 2122-200)

Reference number

DN578117

two.1.2) Main CPV code

  • 98351110 - Parking enforcement services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council requires a partner organisation who will manage and effect the daily enforcement of parking and traffic restrictions within the borough boundary professionally and cost-effectively, in addition to providing a range of related services such as Pay & Display Machine Maintenance, Cash Collection, Parking Suspensions, CCTV Control Room staff and Resident & Business permit processing.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712400 - Parking services
  • 98351110 - Parking enforcement services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKI - London
  • UKI7 - Outer London – West and North West
  • UKI72 - Brent

two.2.4) Description of the procurement

The Council requires a partner organisation who will manage and effect the daily enforcement of parking and traffic restrictions within the borough boundary professionally and cost-effectively, in addition to providing a range of related services such as Pay & Display Machine Maintenance, Cash Collection, Parking Suspensions, CCTV Control Room staff and Resident & Business permit processing.

The current CEO service operates from 7 am – 10 pm seven days per week, with core hours between 7 am and 7 pm. A reduced service operates on a Saturday & Sunday in line with the reduction of operational CPZs. A range of other restrictions operate including Footway Parking, Disabled Bays and Double Yellow Lines which are unaffected by the CPZ hours.

During events at Wembley Stadium, all On-Street and Off-Street parking areas within the Event Day Zone are controlled from 10 am until midnight. When active, the Event Day Zone doubles the controlled parking area within the borough.

Outline of requirements

1.1 The Contractor must supply the following services:

a) IT Administration and Management

b) Civil Enforcement (on-street & Off street) and CCTV (enforcement & Control Room Services)

c) Pay & Display Machine Maintenance (First Line)

d) Cash Collection Service

e) Car Pound and Removals Service

f) Permit Processing admin support (all types including Resident & Business)

g) Blue Badge Enforcement Service

h) In / Out Bound Print & Post Services

i) Parking Bay Suspensions / Dispensations

The contract will be for an initial 5 year contract period with options to extend annually thereafter up to a maximum contract period of 10 years (120 months).

Further detail about the procurement process and contract arrangements is contained in the procurement documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

This is a permanent Council requirement and is subject to renewal. The contract will be for an initial 5 year contract period with options to extend annually thereafter up to a maximum contract period of 10 years (120 months).

Further detail about the procurement process and contract arrangements is contained in the procurement documents.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Supplier must be affiliated with the British Parking Associations.

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006212

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

Date

30 June 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 July 2022

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority is subject to the Freedom of Information Act 2000 and the

Environmental Information Regulations 2004. All information received will be dealt with in

accordance with that Act and information to which the Environmental Information

Regulations apply will be dealt with in accordance with those regulations.

The Contracting Authority reserves the right not to proceed or not to award a contract for

the whole or any part of the proposed procurement. The Contracting Authority will not be

liable for any costs incurred by those expressing an interest, or tendering for this contract.

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 day calendar day standstill period

at the point information on the award of the contact is communicated to tenderers. The

Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) provide for aggrieved

parties who have been harmed or are at risk of harm by a breach of the rules to take action in

the High Court (England, Wales and Northern Ireland). Any such action must be started

Page 11 to 11

within 30 days beginning with the date when the aggrieved party first knew or ought to have

known that grounds for starting the proceedings had arisen. The Court may extend the time

limit for starting proceedings where the Court considers that there is a good reason for doing

so but not so as to permit proceedings to be started more than 3 months after that date.

Where a contract has not been entered into, the Court may order the setting aside of the

award decision or order the Contracting Authority to amend any document and may award

damages. If the contract has been entered into the Court may only award damages or, where

the contract award procedures have not been followed correctly, declare the contract to be

“ineffective”.