Civil Parking & Traffic Enforcement Operations and Systems

A Tender Notice
by THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
£29M-£29M
Sector
TRANSPORT
Published
11 Jun 2021
Delivery
To 20 Apr 2027 (est.)
Deadline
13 Jul 2021 11:00

Concepts

Location

London:

Geochart for 1 buyers and 0 suppliers

Description

The competition for the provision of Parking Enforcement and traffic Services is separated into 6 Lots. Suppliers may bid for individual Lots, or all Lots. The contract term will be an initial five year term with the option to extend for two years (seven years in total). LOT 1 – Civil (on street) Parking & Traffic Enforcement Requirements include: - patrolling public highways, - issuing enforcement notices; - monitoring CCTV  - operating mobile camera vehicles within the City; - issuing penalty charge notices to vehicles; and LOT 2 – Off Street Car Parks Management and barrier equipment replacement Requirement include: - managing car parks located at London Wall, Minories, Tower Hill, Baynard House, Whites Row and Smithfield - assisting City of London Police with management of parking and traffic matters as requested - maintaining and replacing barrier equipment LOT 3 – Provision of CCTV Enforcement Cameras and automated number plate reader solution, including repair and maintenance Requirement include: - Supply, installation and maintenance of CCTV equipment and associated hardware and software, and maintenance of existing equipment. LOT 4 – Parking Enforcement Notice Processing IT provision Requirement includes: - Notice processing using an IT system hosted and maintained by the supplier LOT 5 – Provision of mobile (cashless) payment services for parking Requirement includes: - Parking payment app for collecting revenue from parking customers. LOT 6 – Provision of document management, scanning and postal payment services Requirement includes: Provision of document management, scanning and postal payment services The estimated total value of the contract for each respective lot is stated in section II.2.6) of this notice and is for the entire duration, including all the optional extensions, together with all potential future needs as described within the tender documents.

Lot Division

1 Lot 1- Civil (on street) Parking & Traffic Enforcement
  • Value: £16M

Lot 1 – Civil (on street) Parking & Traffic Enforcement Annual budget circa £2m Includes: - patrolling public highways, - issuing enforcement notices; - monitoring CCTV - operating mobile camera vehicles within the City; - issuing penalty charge notices to vehicles; and

2 Lot 2 — Off Street Car Parks Management and barrier equipment replacement
  • Value: £12M

Lot 2 – Off Street Car Parks Management and barrier equipment replacement Requirements include: - Managing car parks located at London Wall, Minories, Tower Hill, Baynard House, Whites Row and Smithfield - Assisting City of London Police with management of parking and traffic matters as requested - replacement and maintenance of barrier equipment

3 Lot 3 – Provision of CCTV Enforcement Cameras and automated number plate reader solution, including repair and maintenance
  • Value: £580K

Provision of CCTV Enforcement Cameras and automated number plate reader solution, including repair and maintenance Including supply and maintenance of new hardware and software, and maintanance of existing CCTV hardware and software .

4 Lot 4 – Parking Enforcement Notice Processing IT provision
  • Value: £455K

Lot 4 – Parking Enforcement Notice Processing IT provision Requirements include provision of a system hosted and maintained by a supplier. The City of London is currently a high volume local authority for CCTV Penalty Charge Notices (PCNs) and a low volume authority for on-street PCNs. We are currently in the top 6 in London overall in figures published by London Councils. Provision will include: • Parking charge notices - each require a record of the data, perhaps 3 scanned images and 5 photographic images • Parking charge notices will have an associated video image which will be stored on the CCTV database, to which a viewing link will be required from the PCN screen • Cashless parking potential transactions • Suspension records • Files transmitted and received through interfaces • All financial transactions related to the above

5 Lot 5 - Provision of mobile (cashless) payment services for parking
  • Value: £280K

Lot 5 – Provision of mobile (cashless) payment services for parking - Parking payment app required for collecting parking charge revenue from customers.

6 Lot 6 – Provision of document management, scanning and postal payment services

Lot 6 - Provision of document management, scanning and postal payment services Requirement to deal with cheques, letters and other related parking correspondence.

Renewal Options

The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 24 further months on a year by year basis. The maximum length of the contract is therefore 84 months.

CPV Codes

  • 98351110 - Parking enforcement services
  • 34926000 - Car park control equipment
  • 63712400 - Parking services
  • 98351000 - Car park management services
  • 98351100 - Car park services
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 92222000 - Closed circuit television services
  • 48000000 - Software package and information systems
  • 72416000 - Application service providers
  • 64112000 - Postal services related to letters
  • 79999100 - Scanning services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Please note that this procurement process is being undertaken using the electronic tendering system ‘Capital eSourcing’ (url: www.capitalesourcing.com). Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below. The procurement is being run as a two stage process under the restricted procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Selection Questionnaire (SQ) which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_18304. Organisations must submit their completed Selection Questionnaire (SQ), together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Selection Questionnaire(s) cannot be uploaded after the return deadline. The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Selection Questionnaire(s). The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.The procurement process that will apply to the requirement is specified in the procurement documents accordingly.

Reference

Domains