Winchester: car park services
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Winchester City Council
City Offices Colebrook Street
For the attention of: Mr Richard Hein
SO23 9LJ Winchester
UNITED KINGDOM
Telephone: +44 1962848060
E-mail: rhein@winchester.gov.uk
Fax: +44 1962865387
Internet address(es):
General address of the contracting authority: http://www.winchester.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Winchester City Council
City Offices Colebrook Street
For the attention of: David Shaw
SO23 9LJ Winchester
UNITED KINGDOM
Telephone: +44 1962848221
E-mail: dshaw@winchester.gov.uk
Internet address: http://www.winchester.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Winchester.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Contract to be awarded will also include ongoing preventative and reactive maintenance to the installed equipment for a period of 8 years, subject to any agreed extension for a further period of up to a maximum of 2 years, the terms and conditions of which will be set out in the invitation to tender. The Council is seeking a cost effective solution for a replacement pay on foot system which meets all the requirements as set out in the provisional specification. The Council will require the system to have links to the City Offices in Winchester and its CCTV control room in Winnall, Winchester. All equipment must comply with the current Equalities Act 2010 (or equivalent).
The installed equipment must be capable of having further barrier controlled car parks added to the system at a later date.
More detailed information of the Council’s requirements can be found in the provisional specification issued with the pre-qualification questionnaires.
The system is required to be fully operational, including testing and commissioning, by August 2012 and the contractor will thereafter be subject to a maintenance agreement expiring on 2 3 August 2020 unless extended in accordance with the terms of the contract.
II.1.6)Common procurement vocabulary (CPV)
98351100, 34926000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 210 000,00 and 350 000,00 GBP
II.2.2)Information about options
Description of these options: Possible extension of maintenance contract after 8 years for further period of up to 2 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As set out in contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in pre-qualification questionnaire. Suppliers will need to demonstrate that their financial situation is not such that they pose a major risk to the Council and the operation of the services to be provided. Minimum levels of insurance cover will also be required. Further details are set out in the PQQ.
III.2.3)Technical capacity
As set out in pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As set out in pre-qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Suppliers will be assessed on their PQQ submissions. These will be scored as set out in the PQQ and those suppliers who meet the minimum criteria specified will be ranked.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2011/S 73-120127 of 14.4.2011
Other previous publications
Notice number in the OJEU: 2011/S 73-148526 of 25.10.2011
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice:4.11.2011