Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO12AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
Buyer's address
https://www.portsmouth.gov.uk/ext/business/business.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://intendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://intendhost.co.uk/portsmouthcc/aspx/home
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 Tickets Specialised Print
Reference number
P00004710
two.1.2) Main CPV code
- 22000000 - Printed matter and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide the provision of specialised print items as required by the Parking Service and other council services as required.
This contract will provide specialised printed stationery items to ensure that the Parking Service key activities can be facilitated. This is an integral part of the Council's wider aims to reduce traffic congestion within Portsmouth and to ensure we are compliant with the Traffic Management Act 2004.
The Council is targeting to have awarded the contract by 29 September 2022 with a subsequent commencement date of 20th October 2022.
The initial contract term will be for 3 years with the possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
The estimated value of the contract is £200,000 over the full five year term.
The procurement process will be undertaken in line with the following programme:
Application is via completed tender submission by the deadline stated above via thecouncil's e-sourcing system InTend which will be used to administrate theprocurement process, the system can be accessed free of charge via the web linkbelow:
https://in-tendhost.co.uk/portsmouthcc/aspx/home (https
• Issue FTS Contract Notice - 8 July 2022
• Issue Invitation to Tender - 8 July 2022
• ITT Return Deadline - 10 August 2022 at midday
• Standstill period - 16 September 2022 - 28 September 2022
• Contract Award - 29 September 2022
• Service Commencement - 20 October 2022
Application is via completed tender submission by the deadline stated above via thecouncil's e-sourcing system InTend which will be used to administrate theprocurement process, the system can be accessed free of charge via the web linkbelow:
https://in-tendhost.co.uk/portsmouthcc/aspx/home
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 22900000 - Miscellaneous printed matter
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
The Parking Office deliver a variety of functions within the City of Portsmouth from civil parking enforcement to statutory services such as the issuing of Blue-badges and the removal of vehicles deemed as abandoned.
The contract comprises of the production, manufacture and delivery of a particular quantity of tickets and other items as described in the technical specification and quantities document.
The supplier will be required to deliver specialised print items within the agreed timescales and submitted price; these are detailed in both the pricing schedule and the specification and quantities documentation. Note: these requirements are not exhaustive, as from time to time the Council reserve the right to order non-defined specialised items. These items must be of excellent quality and be produced and delivered to the Council within the concept of best value.
The specialised print items will be predominately ordered by the Parking Service. However, some items may be ordered by other council departments in smaller quantities.
The delivery of specialised print stationery items is a mission critical function; the successful bidder will assist the Parking Service to deliver the following commitments:
• Continuously improve and enhance road safety
• Enhance vehicular movements through main arterial strategic routes
• Enforcement of parking and driving regulations under the Traffic Management Act 2004 (part 6)
• Provide on and off street pay and display parking provisions
• Enforce and patrol residential parking schemes
• Removal of untaxed and abandoned vehicles from the public highway
• Removal of non-motorised structures from the public highway
• Provide technical advice and services to internal and external stakeholders
• Provide parking related criminal enforcement to internal and external stakeholders
• Support and promote the integrity of the Blue-badge scheme
• Issue Blue-badges within the remit of the Blue-badge scheme
• Provide a fully transparent and accountable service
• Provide a service that works in the best interest of stakeholders
• Embrace and utilise the concepts of best practice and best value
• Work with internal/external stakeholders and multi-agencies to assist the delivery of special events within the city boundaries
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
The initial contract term will be for 3 years with the possibility of extending the term by a further 2 years to a maximum total term of 5 years in increments to be agreed, subject to the agreement and performance of both parties.
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
As stated within the procurement documentation.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
10 August 2022
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
10 August 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom