Section one: Contracting authority
one.1) Name and addresses
Cannock Chase District Council
Beecroft Road
Cannock
WS11 1BG
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.1) Name and addresses
Stafford Borough Council
Riverside
Stafford
ST16 3AQ
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.1) Name and addresses
Lichfield District Council
Frog Lane
Lichfield
WS13 6YY
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login#
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for the Provision of Parking Management Services
Reference number
IA3328
two.1.2) Main CPV code
- 98351000 - Car park management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Councils are seeking to appoint an enforcement Contractor via this procurement exercise, to deliver off street parking enforcement and associated tasks such as, but not exclusively, cash collection, surface and multi storey car park management. Each Council will manage and oversee the strategic & operational aspects of their own Contracts. The intention is that this procurement will operate on a schedule of rates, which will be applied to both parking enforcement and car park management.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cannock Chase District Council
Lot No
1
two.2.2) Additional CPV code(s)
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Cannock & Rugeley - Staffordshire
two.2.4) Description of the procurement
Cannock Chase District Council is seeking to appoint an Enforcement Supplier via this procurement exercise, to deliver off street parking enforcement and associated tasks such as cash collections and banking within the district. The intention is that this procurement will operate on a fixed schedule of rates for the services included within the pricing schedule. The range of Services to be provided covers most aspects of car parking management. The proposed commencement date for the provision of the Services is April 2025 with the term of the contract being an initial five (5) years and a further extension period of five (5) years.
The Council wishes to appoint a Supplier to provide and manage a range of parking related services. The proposed Services will relate to off-street enforcement and related activities. The Services will also include supply of the necessary IT hardware and software required to correctly issue and upload PCNs onto the back-office notice processing system operated by Stoke on Trent City Council. The Supplier will be required to provide accommodation to deliver the service to the Council. Other related services will also be required, where they have a close connection with the enforcement aspects. A brief overview of the requirements for this contract are listed below:
• Enforcement on Council Car Parks and Service Areas
• Issuance of Penalty Charge Notices to include the provision of all Equipment and Stationery
• Cash Collection from Pay & Display Machines, to include for Counting, Processing and Banking
• First Line Maintenance to Pay & Display Ticket Machines to include the supply of Pay and Display Tickets
• Provision of Pay & Display Machine Fault Telephone Line
• Other requirements as detailed in the Specification
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035
two.2) Description
two.2.1) Title
Stafford Borough Council
Lot No
2
two.2.2) Additional CPV code(s)
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Stafford, Staffordshire
two.2.4) Description of the procurement
The Council is seeking to appoint an enforcement Contractor via this procurement exercise, to deliver off street parking enforcement and associated tasks such as, but not exclusively, cash collection, surface and multi storey car park management. The Council will manage the strategic and oversee the operational aspects of the Contract. The intention is that this procurement will operate on a schedule of rates, which will be applied to both parking enforcement and car park management.
The primary role of the Contractor is to provide a high quality off-street parking enforcement and car park management service jointly with Council staff and other suppliers (including but not limited to cash collection, IT managed services, other service providers and enforcement agents). The Contractor should ensure scope for giving CEOs a broad remit to include providing relevant support to help deal with other duties which the Council may request that the CEO undertakes as part of their normal duty under differing legislation. Best described as a multi-tasking enforcement approach and tasks should/may not be limited to those listed in the contract documents as the ethos is to deliver services to meet changing needs both in the enforcement of parking regulations or otherwise to stakeholders during the term of this contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035.
two.2) Description
two.2.1) Title
Lichfield District Council
Lot No
3
two.2.2) Additional CPV code(s)
- 98351110 - Parking enforcement services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Lichfield - Staffordshire
two.2.4) Description of the procurement
Lichfield District Council are seeking to appoint an Enforcement Supplier via this procurement exercise, to deliver off street parking enforcement and associated tasks such as, but not exclusively, cash collection, surface and multi storey car park management. The Council will manage the operational aspects of the contract and the intention is that this procurement will operate on a fixed schedule of rates, which will be applied to both parking enforcement and car park management. The proposed commencement date for the provision of the Services is April 2025.
The Council wishes to appoint a Supplier to provide and manage a range of parking related services. The proposed Services will relate to off-street enforcement and related activities. The Services will also include supply of the necessary IT hardware and software required to correctly issue and upload PCNs onto the Suppliers own IT system. The Supplier will be required to provide accommodation to deliver the service. Other related services will also be required, where they have a close connection with the enforcement aspects. A brief overview of the requirements for this contract are listed below:
• Enforcement on Council Car Parks and Service Areas
• Issuance of Penalty Charge Notices to include the provision of all Equipment and Stationery
• Cash Collection from Pay & Display Machines, to include for Counting, Processing and Banking
• First Line Maintenance to Pay & Display Ticket Machines and pay on exit (multi storey) equipment (barriers, cameras and machines). Also to include the supply of Pay and Display and pay on exit Tickets for all machines.
• Provision of Pay & Display Machine Fault Telephone Line
• Provision and manning of a 24hr telephone line for car park exit barrier operation with back-office support for vehicle and payment checking
• Collection of income from Penalty Charge Notices
• For the avoidance of doubt The Processing of Penalty Charge Notices does not form part of this tender.
• Other requirements as detailed in the Specification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Agreement term will be from 1st April 2025 to 31st March 2030, with an additional option to extend by 1st April 2030 to 31st March 2035.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
13 September 2024
Local time
12:00pm
Changed to:
Date
20 September 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 September 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All bidders are to complete a Confidentiality Agreement prior to the release of the TUPE information.
This is available with the bidding documents and should be returned to the buyer using the eTendering Portal Only
six.4) Procedures for review
six.4.1) Review body
Cannock Chase District Council
Cannock
Country
United Kingdom