Parking Enforcement, Car Park Management and Security Services.
United Kingdom-Wigan: Parking services
2016/S 054-089912
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Directorate of Places: Economic Development and Skills, Wigan Life Centre (South) Building, PO Box 100
Wigan
WN1 3DS
UNITED KINGDOM
Contact person: Ms Kathy Leyland — Business Engagement and Development Manager
Telephone: +44 1942489314
E-mail: K.Leyland@wigan.gcsx.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.wigan.gov.uk
Address of the buyer profile: http://www.wigan.gov.uk
I.3)Communication
Internet Accessible
UNITED KINGDOM
Contact person: All communications including questions, requests for clarification and additional information relating to this procurement procedure must be made via The Chest’s messaging facility available when logged into the portal
E-mail: K.Leyland@wigan.gcsx.gov.uk
NUTS code: UKD3Internet address(es):Main address: https://www.the-chest.org.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Parking Enforcement, Car Park Management and Security Services 2016 — 2019 (2021).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Wigan Council intends to tender out the Services required to undertake the functions associated with the enforcement of parking, car park management and security, retaining on the client side those functions which it feels will best be delivered in-house. By this policy, the Council is tendering, for the following Services: Contractor Mobilisation; On and off-street enforcement by Penalty Charge Notice (PCN) issue; Implementation of suspensions; Management of elements of the parking infrastructure; Management and provision of the Hand Held Computer Terminals (HHCTs), digital cameras and head/jacket cameras required by the Contractors’ staff; and the Provision of compatible software for the issue of PCNs as further detailed in the Specification.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wigan, Greater Manchester, United Kingdom.
II.2.4)Description of the procurement:
Wigan Council intends to tender out the Services required to undertake the functions associated with the enforcement of parking, car park management and security, retaining on the client side those functions which it feels will best be delivered in-house. By this policy, the Council is tendering, for the following Services: Contractor Mobilisation; On and off-street enforcement by Penalty Charge Notice (PCN) issue; Implementation of suspensions; Management of elements of the parking infrastructure; Management and provision of the Hand Held Computer Terminals (HHCTs), digital cameras and head/jacket cameras required by the Contractors’ staff; and the Provision of compatible software for the issue of PCNs as further detailed in the Specification.
Wigan Council has an in-house service for the administration of parking in the Borough and an existing external enforcement, car park management and security provider. The Council has reviewed this operation and wishes to engage the market through an open tender for a contract, as defined in the specification, which will encompass the parking enforcement, security and car park management elements of the service.
The Council currently operate 4 multi-storey car parks, which have a total capacity of 1 628 spaces and 12 surface car parks having a total capacity of 1 151 spaces, together with 275 on-street parking spaces located across the Town Centre and a residents parking scheme situated to the north of Wigan Town Centre. All parking referred to is situated within a 600m radius of the Wigan and Leigh Town Centres with the exception of Haigh Hall Country Park and Pennington Flash Country Park which are approximately 3 miles out of each town respectively.
The Contract for the Services is for a period of 3 years from the Commencement Date, the Contract Period may be extended by two further periods of 12 months subject to agreement by both parties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended for 2 further periods of 12 months each from the initial expiry date stated.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated contract value stated within this Contract Notice is based on the initial 3-year period of the contract and does not take into account any extension to the contract.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants should refer to sections ‘Stage 1 — Contract Suitability Evaluation Form’ and ‘Stage 2 — Specification Questionnaire — Quality Evaluation Form’ within the Invitation to Tender document and the documents entitled ‘Part 1 — Conditions of Contract’ and ‘Part 2 — Specification’ within the procurement documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Applicants should refer to sections ‘Stage 1 — Contract Suitability Evaluation Form’ and ‘Stage 2 — Specification Questionnaire — Quality Evaluation Form’ within the Invitation to Tender document and the documents entitled ‘Part 1 — Conditions of Contract’ and ‘Part 2 — Specification’ within the procurement documentation.
III.2.2)Contract performance conditions:
Applicants should refer to documents ‘Part 1 — Conditions of Contract’ and ‘Part 2 — Specification’ within the procurement documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Wigan Council’s Cabinet Office, Wigan Town Hall, Library Street, Wigan, WN1 1YN, United Kingdom. The date and time stated for the opening of tenders within this Contract Notice has been provided for indicative purposes only and may be subject to change.
Tenders received shall be opened at 1 time and only in the presence of (i) Such member or members of Wigan Council’s Cabinet, or if not available or appropriate, a non-Executive Member as may have been designated for that purpose by the Leader, or by the Chief Executive, and; (ii) The Chief Executive or another official of Wigan Council designated by her.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The closing date of 19.4.2016 at 16:00 represents the deadline for the submission of completed final tender applications.
VI.4.1)Review body
Town Hall, Library Street
Wigan
WN1 1YN
UNITED KINGDOM
Telephone: +44 1942827026
E-mail: J.Mitchell@wigan.gcsx.gov.ukInternet address:http://www.wigan.gov.uk
VI.4.3)Review procedure
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 as appropriate.
VI.5)Date of dispatch of this notice: