Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre
Wembley
HA9 0FJ
Contact
Corporate Procurement
Corporate.procurement@brent.gov.uk
Telephone
+44 2089371234
Country
United Kingdom
NUTS code
UKI72 - Brent
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://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
Environmental Services 2023 – Cashless Parking (EPR 2122-201)
Reference number
DN610252
two.1.2) Main CPV code
- 98000000 - Other community, social and personal services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Brent is seeking a provider to supply an alternative payment “cashless” channel for all On & Off Street parking locations where Pay & Display or Meter parking is/was the traditional payment method.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38730000 - Parking meters
- 63712400 - Parking services
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The system will be deployed alongside traditional P&D solutions in some areas and as the only solution in others, i.e. some areas will be Cashless Only.
The Council requires the system to be operated on a 'paid for time’ basis rather than a ‘start/stop’ basis. This is a mandatory requirement, and any systems that cannot meet this requirement will not be considered.
The system must be capable of identifying individual parking areas and have having times/charges bespoke to that parking area. Each area will be identified by a unique code that the contractor must supply.
The system must capture all relevant information required to validate the parking transaction and retain historical records of all transactions for the contract's lifetime.
The system must be capable of accommodating regular and occasional parking customers and, therefore, should be capable of quickly recalling details of regular customers and allowing the quick and straightforward registration of new customers.
The system must allow regular customers to open an account that will retain historical transaction information, including vehicles and parking sessions.
The system should allow occasional customers to make payments without creating an account.
The system must accept a broad range of payment cards/types, including Visa and Mastercard and it must meet all the relevant card/payment card industry standards applicable to this activity during deployment and the contract's lifetime.
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: £1,000,000
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: 5
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.1.2) Economic and financial standing
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 August 2022
Local time
12:00pm
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: 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