Opportunity

Provision of a Managed Car Parking Service

  • Cardiff Metropolitan University

F02: Contract notice

Notice reference: 2022/S 000-035772

Published 19 December 2022, 8:50am



Section one: Contracting authority

one.1) Name and addresses

Cardiff Metropolitan University

Llandaff campus, Western Avenue, Llandaff

Cardiff

CF5 2YB

Contact

Sarah Hampson-Jones

Email

tenders@cardiffmet.ac.uk

Telephone

+44 2920416061

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.cardiffmet.ac.uk/procurement/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/cardiffmet/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffmet/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Managed Car Parking Service

Reference number

ITT/22/47

two.1.2) Main CPV code

  • 98351000 - Car park management services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of car parking management services at the University's premises as identified in the Tender Documents.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The management of the car parking at the University's premises has been outsourced since 2006 and our current contract is due to expire on the 31st of July 2023. We therefore wish to re-tender for this service, with a contract commencement date of the 1st of August 2023.

The University requires a managed service for car parking at our two academic campuses, one office site and at our solely

residential site, all of which are located in Cardiff.

The successful contractor is expected to manage the car parking at the University during core hours 8:30 - 20:00 Monday to Friday, and 10:00 to 15:00 Saturday and Sunday. The service must be provided for 51 weeks of the year, 7 days a week.

The contract also requires the maintenance of all existing Pay and Display machines, consumables and supporting signage, which must be bilingual in the English and Welsh language.

The successful contractor must be a member of the BPA (or equivalent body) and fully compliant with all car parking management and enforcement legislation.

The University is an accredited Living Wage provider and wants to achieve fair and nonexploitative practices within this contract. Staff currently employed on this key out-sourced contract are paid the Living Wage (as defined by the Living Wage Foundation) by the incumbent contractor. The University will therefore require any new successful Contractor to continue to pay those staff who work on this contract the Living Wage.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Three, one year contract extensions are available subject to performance and allied to our sustainable development requirements. A 5 year contract with three options.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

The selection criteria are detailed in the selection questionnaire/single procurement document.

Minimum level(s) of standards possibly required

A minimum annual turnover threshold for the last financial year is set at 320,000.00 GBP.

An acid test ratio of 1 is required from your last set of audited accounts.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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

Date

30 January 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

30 January 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s

economic and social objectives.

Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community

Benefits included in this contract are: non-core. Contractors are required to outline a Community Benefits Plan as part of their tender

submission and reporting on this will form part of the contract management process with the successful Contractor.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=127560.

(WA Ref:127560)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom