Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre
Wembley
HA9 0FJ
Contact
Mr Mohammed Negm
Telephone
+44 2089373583
Country
United Kingdom
NUTS code
UK - United Kingdom
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
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”.