Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Vincent Ibe
Telephone
+44 7890572194
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86896&B=LBLAMBETH
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86896&B=LBLAMBETH
Tenders or requests to participate must be submitted to the above-mentioned address
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
The Provision of Civil Enforcement System
two.1.2) Main CPV code
- 98351110 - Parking enforcement services
two.1.3) Type of contract
Services
two.1.4) Short description
This Procurement is being managed by London Borough of Lambeth (the Authority) for a contract to supply, support, and the maintenance of Specialist Enforcement systems, enabled with functions for issuing Penalty Charge Notices (PCN), Fixed Penalty Notices (FPN), Permits and Parking Suspensions in fulfilment of the Council’s statutory duty under the Road Traffic Regulations Act 1984 (RTRA), Road Traffic Act 1991, the Traffic Management Act 2004, the Environmental Protection Act 1990, the Highways Act 1980, and the Health Act 2006 and other related legislations This Procurement will establish a Supplier Contract for each Lot for the supply, installation, and maintenance of a specialist enforcement system. A Tenderer can tender for one or more lots. The Goods and Services are described in detail within Appendix B, Statement of Requirements (Specification) for each of the three lots. This tender is split into three Lots.
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: The Provision of Software for Licensing, Abandoned Vehicles, Environmental and Highways Enforcement
Lot 2: The Provision of Software for Parking Charge Notice processing, On Street Suspensions and Parking Permits
Lot 3: The Provision of Software for Back-Office Writing and Policy
two.2) Description
two.2.1) Title
The Provision of Civil Enforcement System
Lot No
1
two.2.2) Additional CPV code(s)
- 48218000 - License management software package
- 48219300 - Administration software package
- 63712400 - Parking services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK145 - Lambeth
two.2.4) Description of the procurement
This Procurement is being managed by London Borough of Lambeth (the Authority) for a contract to supply, support, and the maintenance of Specialist Enforcement systems, enabled with functions for issuing Penalty Charge Notices (PCN), Fixed Penalty Notices (FPN), Permits and Parking Suspensions in fulfilment of the Council’s statutory duty under the Road Traffic Regulations Act 1984 (RTRA), Road Traffic Act 1991, the Traffic Management Act 2004, the Environmental Protection Act 1990, the Highways Act 1980, and the Health Act 2006 and other related legislations This Procurement will establish a Supplier Contract for each Lot for the supply, installation, and maintenance of a specialist enforcement system. A Tenderer can tender for one or more lots. The Goods and Services are described in detail within Appendix B, Statement of Requirements (Specification) for each of the three lots. This tender is split into three Lots as below, with systems within the Lots complementing one another in relation to the service: Lot 1: - The areas covered in this lot are -: a. Licencing (Tables and Chairs, Shop Fronts, Pavements) b. Environmental Enforcement c. Highways Enforcement d. Abandoned Vehicles Lot 2: - The areas covered in this lot 2 are -: e. Parking Charge Notice Processing (including Debt Management and On Street Handheld interface and Car Pound) f. On street Suspensions g. On Street and Estate Permits Lot 3: - - The area covered in this lot 3 are -: h. Customer and back-office writing/policy software
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 17.50%
Quality criterion - Name: Project & Contract Management / Weighting: 15%
Quality criterion - Name: Service Improvement / Weighting: 5%
Quality criterion - Name: Customer and Client Relationships / Weighting: 2.50%
Quality criterion - Name: Responsible Procurement and Social Value / Weighting: 10%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £295,165
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
24 months extension optional
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2024
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
22 November 2024
Local time
12:00pm
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
High Court of Justice England & Wales
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom