Tender

The Provision of Civil Enforcement System

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2024/S 000-034230

Procurement identifier (OCID): ocds-h6vhtk-04b053

Published 22 October 2024, 7:19pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Vincent Ibe

Email

vibe@lambeth.gov.uk

Telephone

+44 7890572194

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

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