{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-031962-2025-06-26T13:43:44+01:00",
    "date": "2025-06-26T13:43:44+01:00",
    "ocid": "ocds-h6vhtk-031962",
    "description": "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..",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-031962",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfI - Provision of Parking Enforcement Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "98351110",
            "description": "Parking enforcement services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. Additional information: The initial contract period is four 4 years, with the option to extend for a further period of up to 36 months and a final period of up to 36 months.",
                "status": "cancelled",
                "value": {
                    "amount": 75000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "There are options to extend for a further period of up to 36 months and a final period of up to 36 months"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Quantitative Criterion",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98351110",
                        "description": "Parking enforcement services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-02-19T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "tenderPeriod": {
            "endDate": "2023-06-05T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures: Department for Infrastructure and CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderer to challenge the award decision before the contract was entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-44862",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "Clarence Court, Adelaide Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 8GE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "strategicdelivery.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-7015",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-124859",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "James House, 2-4 Cromac Avenue",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT7 2JA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "strategicdelivery.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111208",
            "name": "APCOA PARKING UK LIMITED",
            "identifier": {
                "legalName": "APCOA PARKING UK LIMITED"
            },
            "address": {
                "streetAddress": "Wellington House",
                "locality": "UXBRIDGE",
                "region": "UK",
                "postalCode": "UB8 2XW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1895272500",
                "email": "maria.lodhi@apcoa.com",
                "faxNumber": "+44 1895454269"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-124859",
        "name": "Department for Infrastructure"
    },
    "language": "en",
    "awards": [
        {
            "id": "035413-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-111208",
                    "name": "APCOA PARKING UK LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "035413-2025-1-1",
            "awardID": "035413-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 75000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-06-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}