Type of document: Modification of a contract/concession during its term
Country: United Kingdom
OJEU Ref: (2023/S 129-412984/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable
Modification of a contract/concession during its term
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Hampshire County Council
Postal address: The Castle
Town: Winchester
Postal code: SO23 8UJ
Country: United Kingdom
Contact Person: Procurement Support
Telephone: +44 1962832323
Email: procurement.support@hants.gov.uk
Internet address(es):
Main address: www.hants.gov.uk
Address of the buyer profile:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply, installation and subsequent maintenance of a car parking solution to include an automatic number plate recognition (ANPR) system
Reference number: CC10507
II.1.2) Main CPV code: 98351110
II.1.3) Type of contract: Services
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 34926000
Main CPV code: 34970000
Main CPV code: 34996300
Main CPV code: 38730000
Main CPV code: 45316210
Main CPV code: 51214000
Main CPV code: 63712400
Main CPV code: 63712700
Main CPV code: 98351100
II.2.3) Place of performance
Nuts code:
Main site or place of performance:The Country parks of Hamsphire: Lepe, Royal Victoria, River Hamble, Queen Elizabeth and Staunton along with Calshot Activities Centre
II.2.4) Description of the procurement at the time of conclusion of the contract
For the supply, installation and subsequent maintenance of equipment at the 5 Hampshire Country Parks and Calshot Activity Centre.
The requirement is to install an ANPR system at all sites by March 2019, implemented from Winter 2017 on a rolling basis.
Contract duration December 2017 – June 2023 (5 years and 6 months) with the option to extend in annual increments until June 2025
II.2.7) Duration of the contract,framework agreement,dynamic purchasing system or concession
Start:2017-12-17
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.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in the OJ S:2018/S 012-023724
Section V: Award of contract/concession
Contract No: CC10507
Title: Supply, installation and subsequent maintenance of a car parking solution to include an automatic number plate recognition (ANPR) system
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2023-06-17
V.2.2) Information about tenders
V.2.4) Information on value of the contract/lot/concession(at the time of conclusion of the contract;excluding VAT)
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court of England and Wales
Postal address: The Castle
Town: London
Postal code: SO23 8UJ
Country: United Kingdom
Telephone: +44 1962832323
E-mail: procurement.support@hants.gov.uk
Internet address: www.hants.gov.uk
VI.4.2) Body responsible for mediation procedures
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
E-mail: procurement.support@hants.gov.uk
Internet address: www.winchester.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As set out in the Public Contracts Regulations Directive 2014/24/EU.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
Internet address: www.winchester.gov.uk
VI.5) Date of dispatch of this notice:
2023-07-03
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code: 98351110
VII.1.2) Additional CPV code(s)
Main CPV code: 34926000
Main CPV code: 34970000
Main CPV code: 34996300
Main CPV code: 38730000
Main CPV code: 45316210
Main CPV code: 51214000
Main CPV code: 63712400
Main CPV code: 63712700
Main CPV code: 98351110
VII.1.3) Place of performance
Nuts code:
Main site or place of performance:The Country parks of Hamsphire: Lepe, Royal Victoria, River Hamble, Queen Elizabeth and Staunton along with Calshot Activities Centre
VII.1.4) Description of the procurement:
For the supply, installation and subsequent maintenance of equipment at the 5 Hampshire Country Parks and Calshot Activity Centre.
The requirement is to install an ANPR system at all sites by March 2019, implemented from Winter 2017 on a rolling basis.
Contract duration December 2017 – June 2023 (5 years and 6 months) with the option to extend in annual increments until June 2025.
VII.1.5) Duration of the contract,framework agreement,dynamic purchasing system or concession
Start:2023-06-18
VII.1.6) Information on value of the contract/lot/concession(excluding VAT)
VII.2) Information about modifications VII.2.1) Description of the modifications
Nature and extent of the modifications(with indication of possible earlier changes to the contract):
The Council requires an extension of 2 years with Newpark Solutions Ltd, which is permitted as part of the existing contract. A 2-year extension will allow sufficient time for options on the future management of the system to be investigated and a full procurement exercise undertaken.
However, in granting a 2-year extension this will exceed the original contract award value of £1,316,996. To proceed with a 2-year extension the value of the contract needs to increase by £256,058. This accounts for additional spend to date and planned/unplanned spend for the next 2 years.. The planned spend is for the annual hosting and maintenance fees during the two-year extension, works associated with the reconfiguration of a car park and replacement pay stations.
This contract had an element of supply and service requirements but the main initial cost was for the supply and installation of the new equipment. Securing an alternative provider is likely to generate duplication in costs for the Council to implement a new system to replace the incumbent. Any incumbent would need to manage the risk of working with the existing installed equipment.
VII.2.2) Reasons for modification
Need for additional works,services or supplies by the original contractor/concessionaire (Art.43(1)(b)
of Directive 2014/23/EU, Art.72(1)(b) of Directive 2014/24/EU, Art.89(1)(b) of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a
change of contractor:
The modification is being sought under Regulation 72(1)(b) of the Public Contract Regulations 2015. The additional equipment and services required have been as a result of the vandalism suffered (neither of which were anticipated or included at the initial procurement). Given the fact that the supplier has provided the equipment and services for this contract it would not have possible to engage a separate supplier to provide this additional equipment/services and would have caused a significant amount of inconvenience and duplication of costs.This modification is not substantial in accordance with Regulation 72(1)(e), the modification does not render the contract substantially different in character; the additional spend would not have resulted in any additional/different bidders; does not change the economic balance of the contract as this is an increase of 19% of the original value and does not extend the scope of the contract considerably.
VII.2.3) Increase in price