Provision of a fixed penalty notice enforcement service

Award

Value

£1,750,000

Classifications

  • Environmental information systems
  • Accounting system
  • Miscellaneous software package and computer systems
  • Environmental security control services

Tags

  • award
  • contract

Published

2 years ago

Description

The Council wishes to establish a Framework Agreement for the provision of Fixed Penalty Notice Enforcement Service.  The Council requires an organisation for the issuing of Fixed Penalty Notices (FPN) on behalf of the Council for offences such as littering, smoking in smoke free areas and dog fouling. In addition, they may be required to assist in undertaking patrols to tackle low level anti-social behaviour as well as other interventions aimed at improving visitor experience to the city.This is for the operation of a managed service to include the provision of enforcement officers to issue Fixed Penalty Notices (FPNs) with a suitable back office computer system in order to administer the service, manage the process up to the point of criminal prosecution. The successful organisation is also required to take payments on behalf of the Council via a variety of different payment methods including telephone, online and cash payments.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Sustainability Data Service

Ministry of Justice’s (MOJ) requirement is for the provision of a managed sustainability data and reporting service. The supplier will be required to provide accurate, validated data in support of a range of both internal and external reporting requirements, including: - Greening Government Commitments (GGCs): Quarterly and annual reporting to the Department for Environment, Food and Rural Affairs (Defra) on progress against the GGCs. - Annual Report & Accounts (ARAs): Sustainability reporting for MOJ Group and its Arm’s Length Bodies, in line with HM Treasury’s Sustainability Reporting Guidance. - Task Force on Climate-related Financial Disclosures (TCFD): Annual disclosure of climate-related financial risks, opportunities, metrics and targets. - The State of the Estate (SoftE) report: Contributions to Cabinet Office’s annual (SoftE) report, which fulfils the requirement in the Climate Change Act 2008 to assess the progress made in the year towards improving the efficiency and contribution to sustainability of buildings that are part of the government’s estate. - Internal reporting for the following stakeholders and purposes: • Quarterly reporting against metrics and milestones from the MOJ’s Departmental Delivery Plan. • The Senior Sustainability Board meets quarterly and oversees departmental climate-related risks, opportunities, strategies and performance. • Climate-related risks, performance milestones and metrics are reviewed quarterly at our Finance, Performance and Risk Committee which reports into the MOJ Executive Committee. • The Departmental Board receives an annual climate change and sustainability transition risk report. • MOJ’s Audit and Risk Assurance Committee receives quarterly risk updates and a biannual risk overview. • The HM Prison and Probation Service (HMPPS) Audit and Risk Assurance Committee receives quarterly reporting on climate change and sustainability transition risk. • The HMPPS Agency Board receives an annual report covering climate-related risks and opportunities. DATA COLLECTION AND MANAGEMENT The successful supplier will receive historic datasets from the incumbent provider, which go back to 2017, and will complete a data audit, reviewing the existing data for quality, relevance, and compliance. The supplier will also be responsible for collecting relevant new data from multiple data suppliers, including checks for completeness, accuracy, and consistency. The supplier will also estimate missing or incorrect data following a pre-agreed methodology, and update these estimates with actual data when it becomes available. Data will be stored in a centralised database, which is readily accessible to MOJ. The supplier will also provide dedicated resources responsible for managing the receipt and validation of incoming data, as well as liaising with data suppliers to ensure data completeness and integrity. Data is to be collected from c.45 sources, including (but not limited to) FM suppliers, energy suppliers, water companies, consumable providers, utility bureau services (via the new MOJ-wide contract awarded to Mitie), travel procurement systems. Data to be collected includes, but is not limited to: - Fuel and electricity consumption, including combusted fuel, purchased electricity, heat, self-generated energy, kilometres travelled for business travel, and fugitive emissions (such as from refrigerants and coolants) - Waste arising, by type and treatment process. - ICT & digital, including energy consumed and embodied carbon emissions from on- and off-premise servers and data centres and private cloud data centres - Total potable water consumption - Paper consumption - Carbon offsetting credits purchased and retired (tCO₂e), and type of credits, specifying reduction vs. removal, and method of removal. - Scope 3 supply chain emissions - Cost data DATA ANALYSIS AND REPORTING In supporting MOJ’s data analysis and reporting requirements, the supplier will provide the following, either as part of a data system, or in an integrated platform: - Visualisation tools: Dashboards, charts, and graphs to visualise data and identify trends, patterns, and inefficiencies. - Benchmarking: Enabling benchmarking against industry standards (e.g. BREEAM), and against similar building types within the MOJ portfolio. - Reporting: Generation of reports, including those to meet the internal and external reporting requirements outlined above. The supplier will also complete MOJ’s quarterly return template for the GGC requirements, to be issued to MOJ for review and approval. The supplier will also be required to provide information on request to support MOJ’s response to requests made under the Freedom of Information Act (FOI) and the Environmental Information Regulations (EIR), as well as MOJ’s response to Parliamentary Questions (PQs) and other forms of Parliamentary correspondence. The supplier may also be asked to develop custom dashboards (e.g. for prison waste) tailored to different users, including integration with existing MOJ systems. This work will be on an ad hoc basis, and separate rates for this will be requested in the pricing schedule.

Katy Reed

Published 1 week ago
Open

HCC - 10/25 - PROVISION AND MAINTENANCE OF NHS HEALTH CHECKS SOFTWARE

Hertfordshire County Council is currently out to procurement for the Provision of Maintenance of NHS Health Checks Software A PME exercise was carried out in March 2025 for a joint smoking and health check procurement. Notice identifier: 2025/S 000-011121. It was later agreed to carry out two separate procurements. The Contract has not been split into lots as the Council is purchasing one solution to be managed by one central team, the service purchased will fulfil all our requirements and it is not reasonably practicable for it to be supplied by more than one Supplier. The Council will procure this contract using the Competitive Flexible Procedure as defined in the Procurement Act 2023, which will allow us to run a multistage procurement process, the process will be as follows: Stage 1 - Tenderers will complete the Response Document (including the pricing schedule) and submit in line with the deadlines outlined in section 2 of the Instructions to tenderers document. Stage 1 is split into 3 parts. All Tenderers are required to pass Part 1 and Part 2 (bid forms 1 – 8) before proceeding to be evaluated and moderated at Part 3 – Award Criteria. Stage 2 - The top three Tenderers based on scores from Bid Forms 9 to 11 (Part 3 - Award) will advance to Stage 2, where they will be invited to demonstrate their system (bid form 12). Tenderers should be aware that the Council may raise clarifications based on your quality response before the top scoring Tenderers are invited to Stage 2. Once Stage 2 is completed, the Council will collate all scores for stages 1 and 2 and the Council will award the Contract to the highest scoring organisation in terms of the stated award criteria. Full details of the requirement and context of the procurement can be found in the Service Specification contained within the Contract Document. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 28th November 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: [email protected] or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. As per the Procurement Act 2023, the Council reserves the right during the Award phase of this procurement exercise to: - Amend the stages of the Competitive Flexible Procedure where further stages are required to come to a fuller understanding between parties of the scope or requirement or other such necessary elements. Amend the specification Define or refine sub-weightings, particularly for price if it is not possible to fix costs for significant element(s). Any amendments will be communicated in full to all Tenderers.

Katy Reed

Published 2 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Corporate Procurement Services

[email protected]

+44 1214648000

Timeline complete

Publish
Bid
Evaluate
Award
Complete