Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Vincent Ibe
Telephone: +44 7890572194
E-mail: vibe@lambeth.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.lambeth.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Civil Enforcement System
II.1.2) Main CPV code
98351110
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 509 700.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
The Provision of Civil Enforcement System
II.2.2) Additional CPV code(s)
48218000
48219300
63712400
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK145 - Lambeth
II.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
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 17.50%
Quality criterion: Project & Contract Management
/ Weighting: 15%
Quality criterion: Service Improvement
/ Weighting: 5%
Quality criterion: Customer and Client Relationships
/ Weighting: 2.50%
Quality criterion: Responsible Procurement and Social Value
/ Weighting: 10%
Price
/ Weighting:
50%
II.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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2024/S 000-034230
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Provision of Software for Licensing, Abandoned Vehicles, Environmental and Highways Enforcement
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Unity Five Limited
Clyst House Manor Drive Clyst St Mary
Exeter
EX5 1GB
UK
Telephone: +44 3333440834
E-mail: Tenders@Zatpark.com
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
277 660.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 1
Title: The Provision of Software for Parking Notice Processing, Permits and Suspensions
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Farthest Gate Limited
Third Floor 137 Euston Road
London
NW1 2AA
UK
Telephone: +44 2078559620
E-mail: info@polarissoftware.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
1 789 080.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 1
Title: Provision of Software for Back-Office Letter Writing, Policy and Chat Bot Service
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Barbour Logic Ltd
1-2 Harbour House Harbour Way
Shoreham-By-Sea
BN3 5HZ
UK
Telephone: +44 2077368616
E-mail: info@barbourlogic.co.uk
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
442 960.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice England & Wales
Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
30/10/2025