Section one: Contracting authority
one.1) Name and addresses
Cardiff Metropolitan University
Llandaff campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
Contact
Sarah Hampson-Jones
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