By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Cashless Parking - Concession Contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Milton Keynes Council
Civic Offices, 1 Saxon Gate East
Contact point(s): Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.milton-keynes.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/miltonkeynescouncil/aspx/Home

Electronic access to information: https://in-tendhost.co.uk/miltonkeynescouncil

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/miltonkeynescouncil

Further information can be obtained from: Milton Keynes Council
Civic Offices, 1 Saxon Gate East
Contact point(s): Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: [email protected]
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Milton Keynes Council
Civic Offices, 1 Saxon Gate East
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil

Tenders or requests to participate must be sent to: Milton Keynes Council
Civic Offices, 1 Saxon Gate East
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cashless Parking - Concession Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Milton Keynes.

NUTS code UKJ12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
A services concession contract to provide cashless parking (pay by phone, internet and app) services as an alternative to pay and display and permits within Milton Keynes.
II.1.6)Common procurement vocabulary (CPV)

63712400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Council will require a fully managed pay by phone service capable of managing approximately 20 000 on street parking spaces and approximately 1 200 off street parking spaces in Central Milton Keynes, operating at several different tariff structures. Estimate value of contract 164 000 per annum.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 30.10.2015. Completion 30.10.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CU2468
IV.3.2)Previous publication(s) concerning the same contract
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
30.7.2015 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority has chosen to advertise this concession contract in OJEU voluntarily, in accordance with the spirit of the EU public procurement regime and to conduct the procurement process in an open and fair manner so as to increase competition. The submission of this notice and any subsequent advertisement of the contract is not an indication that the Contracting Authority considers itself bound by the provisions in the Regulations.
(MT Ref:155091).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Without prejudice to the remedies provided under Part 3 of the Public Contracts Regulations 2015 the Contracting Authority shall incorporate a minimum 10 day standstill period at the point that an award decision notice pursuant to Regulation 86 of the Public Contract Regulations 2015 is communicated to tenderers. The contracting authority shall send its Regulation 86 Notice, subject to Regulation 86 (5 and(6), which shall include the criteria for the award of the contract; reasons for the decision including the characteristics and relative advantages of the successful tenderer; the score (if any) obtained by the tenderer receiving the notice and the tenderer to be awarded the contract, and anything required by Regulation 86(3); the name of the tenderer to be awarded the contract; and a precise statement of either when in accordance with Regulation 87 of the Public Contract Regulations 2015 the standstill period is expected to end or the date before which the contracting authority will not, in conformity with Regulation 87, enter into the contract.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.6.2015

Other interesting websites