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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,509,700
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.2.11) Information about options
Options: Yes
Description of options
There will be the option to extend the contract for a further 2 years (4+2) at the discretion of the Authority depending on the satisfaction of the contractual performance of the provider
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-034230
Section five. Award of contract
Contract No
1
Lot No
1
Title
Provision of Software for Licensing, Abandoned Vehicles, Environmental and Highways Enforcement
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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
Unity Five Limited
Clyst House Manor Drive Clyst St Mary
Exeter
EX5 1GB
Telephone
+44 3333440834
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £278,000
Lowest offer: £1 / Highest offer: £277,660 taken into consideration
Section five. Award of contract
Contract No
1
Lot No
2
Title
The Provision of Software for Parking Notice Processing, Permits and Suspensions
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Farthest Gate Limited
Third Floor 137 Euston Road
London
NW1 2AA
Telephone
+44 2078559620
Country
United Kingdom
NUTS code
- UK - United Kingdom
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: £1,789,100
Lowest offer: £1 / Highest offer: £1,789,080 taken into consideration
Section five. Award of contract
Contract No
1
Lot No
3
Title
Provision of Software for Back-Office Letter Writing, Policy and Chat Bot Service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Barbour Logic Ltd
1-2 Harbour House Harbour Way
Shoreham-By-Sea
BN3 5HZ
Telephone
+44 2077368616
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £443,000
Lowest offer: £1 / Highest offer: £442,960 taken into consideration
Section six. Complementary information
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