By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Kerbside Management: Business Processing and Technology Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Westminster City Council ('Council')
64 Victoria Street
Contact point(s): The Council will manage the procurement through its e-tendering system. All interested parties should register here https://esourcing.bravosolution.co.uk
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2033496601

Internet address(es):

General address of the contracting authority: http://www.westminster.gov.uk

Electronic access to information: https://esourcing.bravosolution.co.uk

Electronic submission of tenders and requests to participate: https://esourcing.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Kerbside Management: Business Processing and Technology Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Miscellaneous business and business-related services. Closed-circuit television apparatus. Closed circuit television services. IT software development services. Information technology services. Data-processing services. Data capture services. Data analysis services. Data storage services. Data transmission services. Database services. Call centre. Parking services. Customer services. IT services: consulting, software development, Internet and support. Administrative services for business operations. Data services. Data management services. Installation services of parking meter equipment. Office-support services. Project-management services other than for construction work. Printing and related services. Software package and information systems. The service provider will be required to deliver services to support parking activities in inner London.
The Council is seeking to procure a service provider to provide and maintain the requisite technology architecture (hardware, software, integration and interface components), as well as the end to end operating processes with the necessary skilled resources to deliver the following minimum requirements:
- An integrated technology that manages access to the kerbside incorporating deployment and compliance.
- Provision of and access to real-time information via Apps and other solutions.
- Penalty Charge Notice and Fixed Penalty Notice processing.
- To assist customers and the provision of a processing solution to create and manage customer records and action requests (this may include print and fulfilment services).
- A range of channels for customers to access services and self serve, buy services and interact with the Service.
- The ability to purchase a parking session and pay for a PCN, FPN and any other associated service.
- End to end account management and bulk record processing.
- Delivery and management of a solution that issues and controls a range of permits, including suspensions and dispensations.
- Payment processing and exception management, including refunds, Driver and Vehicle Licensing Agency mismatches and other associated exceptions.

More detail regarding the requirement can be found in the pre-qualification questionnaire (‘PQQ') at https://esourcing.bravosolution.co.uk

II.1.6)Common procurement vocabulary (CPV)

79900000, 32231000, 92222000, 72212517, 72222300, 72310000, 72313000, 72316000, 72317000, 72318000, 72320000, 79512000, 63712400, 79342300, 72000000, 75112000, 72300000, 72322000, 51214000, 79500000, 79421000, 79800000, 48000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is anticipated that the duration of the Contract term will be 4 years (following the mobilisation period) but with the ability for the Council at its sole discretion to extend by one or more periods up to a further 2 years. This gives a total possible Contract term of 6 years or 72 months. Accordingly, over the maximum of 6 years the value range has been calculated as being in the value range shown below.
Estimated value excluding VAT:
Range: between 41 400 000 and 43 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Council will require a unilateral option to extend the initial term (of 4 years) by up to a further 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Requirements will be set out in the invitation to tender ("ITT") and may include (amongst other things) performance bonds, pension bonds and/or guarantee(s) (including parent company guarantee(s)) and/or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment arrangements will be addressed in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council's particular requirements are to be determined but in accordance with Regulation 28(3) it is likely that a consortium will be required to form a legal entity before entering into, or as a term of, the Contract (and to do so within a timeframe prescribed by the Council) and a consortium could be rejected from this Procurement for failing to do so. The Council does not require consortia to have formed the legal entity at this stage.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: This procurement process will be run electronically using Westminster's e-tendering system at https://esourcing.bravosolution.co.uk. Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire ("PQQ") copies of which is available via the portal. Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the "Click here to register” link - Accept the terms and conditions and click "continue” - Enter your correct business and user details - Note the username you chose and click "Save” when complete - You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender - Login to the portal with the username/password - Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the "Express Interest” button in the "Actions” box on the left-hand side of the page. - This will move the PQQ into your "My PQQs” page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the "Settings and Buyer Attachments” in the "Actions” box.
3. Responding to the tender - You can now choose to "Reply” or "Reject” (please give a reason if rejecting) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
If you require any further assistance please consult the online help, or contact the eSourcing helpdesk on phone: 0800 368 4850 or (outside UK):+442033496601.
Completed PQQs must be returned to the Council via the portal referred to at I.1) before the deadline specified in Section IV.3.4) below.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire ("PQQ") copies of which is available via the portal referred to at I.1).
Completed PQQs must be returned to the Council via the portal referred to at I.1 before the deadline specified in Section IV.3.4 below.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire ("PQQ") copies of which is available via the portal referred to at I.1).
Completed PQQs must be returned to the Council via the portal referred to at I.1 before the deadline specified in Section IV.3.4 below.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The Council intends to invite the five highest scoring interested Applicants to tender on the basis of the ranking of the Applicants at the pre-qualification evaluation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 15-021228 of 22.1.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.6.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
- Completed PQQs must be returned to the Council via the portal referred to at I.1) before the deadline specified in Section IV.3.4).

- The Council is also separately issuing a voluntary Contract Notice in the Official Journal for the procurement of ‘Kerbside Management - People and Resources'. That contract will deliver the Traffic Marshal role to help residents, workers, businesses and visitors park compliantly. The Traffic Marshals will retain and exercise the powers of a Civil Enforcement Officer and, where appropriate, they will be able to issue Penalty Charge Notices should this become necessary. Further information about this procurement can be found at https://esourcing.bravosolution.co.uk and has the code Project Code Project_5 (PQQ_12).

- A Soft Market Test Workshop, for potential bidders who expressed an interest in the Prior Information Notice as referred to at IV.3.2 above, was held on 1.3.2013. For those who did not attend the market day, full information and details of what was discussed at and the outputs of the day can be accessed at https://esourcing.bravosolution.co.uk by navigating to PQQ_11 - Kerbside Management PQQ: Business Processing and Technology Services and accessing the Soft Market Test Day folder in the attachments area

- The Council requires that prior to operating or monitoring CCTV equipment, all relevant staff:
- are SIA (Security Industry Authority) Licensed.
- have BTEC Level 2 Intermediate Award in CCTV Camera Enforcement or City and Guilds Level 2 Award for Parking Enforcement Officers - Roles and Responsibilities of CCTV Enforcement Officers Operating Under Traffic Management Legislation or European equivalent.
- have, in the absence of these, an equivalent qualification approved by the Council. GO Reference: GO-2013524-PRO-4828655.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court
The Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: A minimum 10 calendar day standstill period will be incorporated at the point information on the award of the contract is communicated to interested service providers. Interested service providers who are unsuccessful shall be informed as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) (the "Regulations") provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation periods (in general 30 days beginning with the date when the economic operator first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authorities (as defined in the Regulations) to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the contracting authorities to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow an application to be made to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.5.2013