Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
BELFAST
BT7 2JA
strategicdelivery.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfI - Provision of Parking Enforcement Services
two.1.2) Main CPV code
- 98351110 - Parking enforcement services
two.1.3) Type of contract
Services
two.1.4) Short description
The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £75,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 60
Cost criterion - Name: Quantitative Criterion / Weighting: 40
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
two.2.14) Additional information
The initial contract period is four 4 years, with the option to extend for a further period of up to 36 months and a final period of up to 36 months.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-012751
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 June 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
APCOA PARKING UK LIMITED
Wellington House
UXBRIDGE
UB8 2XW
Telephone
+44 1895272500
Fax
+44 1895454269
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £75,000,000
Total value of the contract/lot: £75,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: Department for Infrastructure and CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderer to challenge the award decision before the contract was entered into.