Contract award notice

Information

Published

External Reference: 2025-522715

FTS Reference: 2025-069706

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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  -  Parking enforcement services
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:  2509700.00  GBP
II.2)

Description

II.2.1)

Title

The Provision of Civil Enforcement System
Lot No:  1
II.2.2)

Additional CPV code(s)

48218000  -  License management software package
48219300  -  Administration software package
63712400  -  Parking services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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

Criteria below
Quality criterion  -  Name:  Service Delivery  /  Weighting:  17.50%
Quality criterion  -  Name:  Project & Contract Management  /  Weighting:  15%
Quality criterion  -  Name:  Service Improvement  /  Weighting:  5%
Quality criterion  -  Name:  Customer and Client Relationships  /  Weighting:  2.50%
Quality criterion  -  Name:  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 the 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 FTS: 2024/S 000-034230

Section V: Award of contract

Contract No: 1

Lot 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
NUTS code:  UK -  UNITED KINGDOM

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:  278000.00  GBP
Lowest offer:  1.00  GBP / Highest offer:  277660.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 1

Lot No: 2

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
NUTS code:  UK -  UNITED KINGDOM

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:  1789100.00  GBP
Lowest offer:  1.00  GBP / Highest offer:  1789080.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 1

Lot No: 3

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
NUTS code:  UK -  UNITED KINGDOM

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:  443000.00  GBP
Lowest offer:  1.00  GBP / Highest offer:  442960.00  GBP   taken into consideration

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