Contract

The Provision of Civil Enforcement System

  • London Borough of Lambeth

F03: Contract award notice

Notice identifier: 2025/S 000-069706

Procurement identifier (OCID): ocds-h6vhtk-04b053 (view related notices)

Published 30 October 2025, 12:19pm



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.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

Email

Tenders@Zatpark.com

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

Email

info@polarissoftware.com

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

Email

info@barbourlogic.co.uk

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