Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfI - Provision of Parking Enforcement Services

  • First published: 05 May 2023
  • Last modified: 05 May 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-031962
Published by:
Department for Infrastructure
Authority ID:
AA56586
Publication date:
05 May 2023
Deadline date:
05 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

Clarence Court, Adelaide Street

BELFAST

BT2 8GE

UK

E-mail: strategicdelivery.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfI - Provision of Parking Enforcement Services

Reference number: 4222067

II.1.2) Main CPV code

98351110

 

II.1.3) Type of contract

Services

II.1.4) Short description

The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.

II.1.5) Estimated total value

Value excluding VAT: 75 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

98351110

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The service provider will be responsible for the management of the following: • On Street parking enforcement in three charged zones in Belfast, Newry and Lisburn. • On street enforcement of parking restrictions in 26 cities and towns across Northern Ireland that are non-charged zones. • On Street enforcement of one residents parking zone in Belfast. • Parking enforcement in 3 charged Park and Ride car parks near Belfast. • Bus lane and urban clearway enforcement using fixed and mobile CCTV in Belfast. • A Lift and Tow service for vehicles parked in a bus lane or urban clearway during a period of restriction. • Cash collection from P and D machines in charged zones – currently there are approximately 300 machines in place. • Provision of rationalised digitised P and D machines to replace the 300 currently on site. • P and D machine maintenance. • A cashless parking service as an alternative to paying by cash and displaying a ticket from an On-Street or Park and Ride car park Pay and Display (P and D) machine. • A clamp and removal service for PCN debt. • A pound facility to store vehicles removed to recover debt or for causing an obstruction on a bus lane or urban clearway. • A disposal service by either auction or crushing for vehicles held in the pound for more than 30 days that remain unrecovered by their owner. • Provision of a dedicated centralised customer service to facilitate enquiries from the public on matters such as P and D machine faults, season ticket management and removal of clamps etc. The current service deploys approximately 160 traffic attendants. It is hoped to reduce that figure to around 100 traffic attendants with the introduction of digitised enforcement. Approximately 120-160,000 Penalty Charge Notices have been issued annually through the current contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 75 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

There are options to extend for a further period of up to 36 months and a final period of up to 36 months

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

A selection process will be used to identify economic operators, who having submitted a. response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability,. economic, financial and legal standing to meet the requirements of the Contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the Selection Questionnaire continue to be met and that there being no material adverse. change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the. Department. No formal contract shall be binding until it has been formally executed by the duly authorised representatives of the parties.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-004806

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/06/2023

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This competition is being conducted in accordance with the Public Contracts Regulations 2015 (“the Regulations”) and Department for Infrastructure (DfI) will use the Competitive Dialogue procedure which is governed by Regulation 30 of the Regulations. Further information on the competition and how the dialogue phase will be structured will be set out in the. Information Memorandum and the Instructions for Competitive Dialogue (ICD) which will be issued to those economic operators who advance in the procurement following the. evaluation of the responses to the Selection Questionnaire. In addition to the optional services, DfI reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided under the Contract in order to address future functions and requirements and/or additional requirements.. . Following the award of the Contract, DfI reserves the right to resort to the negotiated procedure without prior publication of a contract notice pursuant to Regulation 32 (9) of the Regulations. Please note that any date given in Section IV above is a best estimate at the time of dispatch of this notice. DfI reserves the right to extend any such date. The cost of responding to the Information Memorandum and the Selection Questionnaire and any subsequent participation in the procurement will be borne solely by the participating economic operator.. . Economic operators should note that DfI reserves the right to cancel this procurement process at any stage. Buy Social clauses may apply to this contract requiring the successful supplier to deliver measurable targets for social value..

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: Department for Infrastructure and CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

04/05/2023

Coding

Commodity categories

ID Title Parent category
98351110 Parking enforcement services Car park management services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
strategicdelivery.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.