TRANSPORT FOR LONDON has floated a tender for Contract notice: Bailiff services. The project location is United Kingdom and the tender is closing on 16 May 2019. The tender notice number is 183710-2019, while the TOT Ref Number is 32385844. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Bailiff services

Deadline : 16 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32385844

Document Ref. No. : 183710-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : TRANSPORT FOR LONDON
Office Name: Transport for London
Address: 55 Broadway
Town: London
Postal Code: SW1H 0DB
Contact Point: Surface Commercial Projects Team
United Kingdom
Email :cctecommercial01@tfl.gov.uk
URL :https://tfl.gov.uk

Tender Details

Object of the contract
Bailiff services

Description: Contract notice: Bailiff services

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union
Award criteria: The most economic tender
CPV code: 75242110, 75242110, 75242110
CPV Description: Bailiff services.

Debt Management and Enforcement Services

Reference Number : DN403318

The proposed contract(s) are for debt management and enforcement services within the UK. The Contracting Authority, Transport of London (TfL) operates and enforces a number of Road User Charging (RUC) and Transport Enforcement (TE) schemes throughout Greater London. These together contribute to the realisation of the mayor's transport strategy. The contracts primarily support the RUC schemes and TE schemes comprising:

1) TfL is seeking to appoint up to four (4) suppliers to recover outstanding debt accumulated and to deter future evasion of payments within the existing or future RUC or TE schemes, or any debt accumulated by TfL from other areas of the business such as rent arrears on TfL's commercial property estate.

2) The appointed suppliers must follow statutory processes and charge applicable fees as prescribed by statute. Each appointed supplier will be required to maintain facilities, resources and personnel to effectively perform enforcement action in England, Wales, Scotland and Northern Ireland as required, receive payments and respond to customer enquiries. This shall include, but not be limited to:

(a) continuous access to vehicle and registered keeper information;

(b) provision of an enforcement system;

(c) provision of a Customer website; and

(d) provision of a Customer contact centre.

3) The main scope of this contract includes each appointed Supplier being able to:

(a) execute warrants issued by TfL's Core Service Provider (CSP),

(b) provide processes to trace debtors addresses, and seize or otherwise take control of goods pursuant to controlled goods agreements (payment plans);

(c) provide facilities to store any goods seized and dispose of these goods at auction to recover monies owed;

(d) provide facilities and procedures to take various payment formats, customer enquiries and complaints; and

(e) remit daily to TfL, all monies collected from executed warrants managed by the CSP.

4) There are also technical and reporting requirements set out in the contract schedules to the contract, below is a brief summary, consisting of the following:

4.1) Technical:

(a) each supplier shall operate and maintain technical systems which include an interface messaging system to communicate with the CSP as detailed in the statement of requirements;

(b) secure hand held devices to store warrant data safely;

(c) Make Global Positioning System (GPS) technology available to enforcement agents;

(d) utilise mobile Automatic Number Plate Recognition (ANPR) technology to locate persistent evading vehicles; and

(e) each supplier shall have infrastructure security to ensure that all IT networks comply with TfL Cyber Security policies;

4.2) Reporting:

(a) each supplier shall provide TfL with reports that monitor performance and other reports as referenced in the schedules to the contract.

5) This contract may include the recovery of outstanding debt accumulated from rent arrears owed to TfL on commercial properties (commercial rent arrears recovery). Further information can be found in the procurement documents.

6) The option to extend the scope of the services to cover other debts in respect of extensions of any RUC, TE or any new scheme or modified traffic convention or offence or commercial rent arrear recovery (CRAR).

7) The estimated total value of the contract is 1 007 000 000 GBP as indicated at II.1.5) and II.2.6). The value is a forecast of all future remittances over the total ten (10) year period of the contract (if TfL extends the contract beyond the initial term of 5 years) and consists of:

(a) Estimated Debt Recovery value (remittance to be paid to TfL) 605 000 000 GBP;

(b) Estimated Enforcement Agency (EA) Fees 402 000 000 GBP.

If the service of CRAR is utilised, the estimated value is 500 000 over the total ten (10) year period.

The selection questionnaire (SQ) including the date to return the completed SQ can be found at the link provided in Item 1.3) to this Contract Notice.

Appointed suppliers are encouraged to comply with TfL Group policies (e.g. Responsible Procurement Policy) in providing these services. Details of TfL policies can be found on the TfL website as stated in Section I.1).

TfL shall not be liable for any costs or expenses incurred by the potential supplier in connection with the completion and return of the information as requested in the Contract Notice, or in the completion or submission of any tender or otherwise in connection with this procurement. Tenders and supporting documentation must be priced in British Sterling and all payments under the contract will be in British Sterling.

Potential suppliers not registered on TfL's e-Tendering system should register as a new supplier on TfL e-Tendering system (https://procontract.due-north.com/Register). Any potential supplier that is registered should log onto TfL's E-Tendering system in order to locate the SQ on the system. Potential suppliers should search for debt management and enforcement services within the search facility which locate this opportunity and the associated SQ. Potential suppliers should express their interest in the opportunity by completing and submitting the SQ by the deadline for receipt stated in IV.2.2).


Internet address (URL): https://tfl.gov.uk

Documents

 Tender Notice