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
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