Tender

24085 Civil Parking and Bus Lane enforcement Contract

  • Cambridgeshire County Council

F02: Contract notice

Notice identifier: 2024/S 000-039627

Procurement identifier (OCID): ocds-h6vhtk-04c5b2

Published 9 December 2024, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Mr Paul Tamanis-Laing

Email

Paul.Tamanis-Laing@cambridgeshire.gov.uk

Telephone

+44 7468859827

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=ae9b39cb-d7b0-ef11-8132-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=ae9b39cb-d7b0-ef11-8132-005056b64545

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

24085 Civil Parking and Bus Lane enforcement Contract

Reference number

DN733150

two.1.2) Main CPV code

  • 98350000 - Civic-amenity services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is looking for a suitable and sufficient solution to provide Officers for its Civil Enforcement of Parking and Bus lane service.

This service covers:

on- and off-street enforcement by the issue of Penalty Charge Notices (PCNs);

implementation of suspensions;

management of elements of the city centre access infrastructure;

bus lane enforcement by the issue of PCNs through the use of unattended approved ANPR devices, currently 14 such devices are deployed.

Moving traffic enforcement by the issue of PCNS through the use of unattended approved ANPR devices, currently one such device is deployed.

The area to be covered by the Contract is the administrative area of the Cambridge City Council, South Cambridgeshire and the Park and Ride sites included within the current City Civil Enforcement Area (CEA). There are exceptions, which include the motorway within the City boundaries, and some major roads, which will remain the responsibility of the Cambridgeshire Police (CP), through its uniformed officers. A map of the current CEA is appended (Appendix 1).

The three other Districts within Cambridgeshire may be the subject of Applications by the County Council to the Secretary of State for CPE powers, and if this occurs during the life of this Contract, the other Districts may be brought into the scope of this contract. The Contractor will be involved throughout the process. The Contractor, in agreement with the Council, will provide additional Staff resources, including additional transport and accommodation dependent on any newly defined CEA. The contract is based on a Schedule of Rates, to enable the expansion of the contract to take place easily.

The contract term is an initial 5 years, with potential option to extend up to a further 5 years.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712400 - Parking services

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

The Authority is looking for a suitable and sufficient solution to provide Officers for its Civil Enforcement of Parking and Bus lane service.

This service covers:

on- and off-street enforcement by the issue of Penalty Charge Notices (PCNs);

implementation of suspensions;

management of elements of the city centre access infrastructure;

bus lane enforcement by the issue of PCNs through the use of unattended approved ANPR devices, currently 14 such devices are deployed.

Moving traffic enforcement by the issue of PCNS through the use of unattended approved ANPR devices, currently one such device is deployed.

The area to be covered by the Contract is the administrative area of the Cambridge City Council, South Cambridgeshire and the Park and Ride sites included within the current City Civil Enforcement Area (CEA). There are exceptions, which include the motorway within the City boundaries, and some major roads, which will remain the responsibility of the Cambridgeshire Police (CP), through its uniformed officers. A map of the current CEA is appended (Appendix 1).

The three other Districts within Cambridgeshire may be the subject of Applications by the County Council to the Secretary of State for CPE powers, and if this occurs during the life of this Contract, the other Districts may be brought into the scope of this contract. The Contractor will be involved throughout the process. The Contractor, in agreement with the Council, will provide additional Staff resources, including additional transport and accommodation dependent on any newly defined CEA. The contract is based on a Schedule of Rates, to enable the expansion of the contract to take place easily.

The contract term is an initial 5 years, with potential option to extend up to a further 5 years.

It is difficult to predict the exact value of this contract as the Authority’s requirements are likely to vary over the contract term, but it is estimated that the total value will not be less than £10m if the contract runs for its full term of 10 years, or greater than £12m.

The stated upper value of £12m is by no means guaranteed, and only represents the headroom we need to allow should additional public bodies within Cambridgeshire wish to use this contract. Bidders are strongly advised to concentrate on the lower end of the stated range of value of £10m rather than the upper value when choosing whether and how to bid for this opportunity.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract terms is 60 months with an option to extend up to a further 5 years.

The option to extend can be made in 12 monthly intervals where this is more suitable to the Authority and the service, and will be subject to the budget stated in the tender documents.

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

15 January 2025

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)

four.2.7) Conditions for opening of tenders

Date

15 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Authority will be considering a new contract for similar service to this following the initial contract term of this new contract or when the extensions have been used.

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice - High Courts

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom