Commercial Services: Supply of Parking Management Solutions and Associated Services Y23043

  Commercial Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Parking Management Solutions and Associated Services Y23043
Notice type: Contract Notice
Authority: Commercial Services
Nature of contract: Services
Procedure: Open
Short Description: This Framework Agreement has been split into three (3) LOTs. It is not compulsory to Tender for all LOTs, Tenderers may apply for one, several, or all LOTs. LOT 1 – Complete Parking Management Solutions LOT 2 – Parking Management Software Solutions LOT 3 – Civil Enforcement Solutions
Published: 17/02/2025 11:41
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-West Malling: Car park management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Kent County Council (t/a Procurement Services)
             1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
             Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
             Main Address: https://www.commercialservices.org.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Car-park-management-services./4RE828696Y
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Supply of Parking Management Solutions and Associated Services Y23043       
      Reference Number: Y23043
      II.1.2) Main CPV Code:
      98351000 - Car park management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This Framework Agreement has been split into three (3) LOTs. It is not compulsory to Tender for all LOTs, Tenderers may apply for one, several, or all LOTs.
LOT 1 – Complete Parking Management Solutions
LOT 2 – Parking Management Software Solutions
LOT 3 – Civil Enforcement Solutions       
      II.1.5) Estimated total value:
      Value excluding VAT: 30,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Complete Parking Management Solutions       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      98351000 - Car park management services.
      34926000 - Car park control equipment.
      45213312 - Car park building construction work.
      98351100 - Car park services.
      34970000 - Traffic-monitoring equipment.
      34996300 - Control, safety or signalling equipment for parking facilities.
      38700000 - Time registers and the like; parking meters.
      64200000 - Telecommunications services.
      72000000 - IT services: consulting, software development, Internet and support.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for a complete management solution. All equipment provided must be able to be integrated with software solutions for access control and reporting with the ability for end users to pay or book parking via one or more of the following: mobile app, QR code, website or over the phone.
Equipment may be subject to site survey, delivery, installation and project management. After sales Service to include maintenance and system support.

To include but not limited to:-
•ANPR (Automated Number Plate Recognition)
•Barrier Systems
•CCTV - any CCTV offered with this service to be included for parking usage only
•Contactless Payment Machines
•Entry Terminals
•Exit Terminals
•Manual Cashier Terminals
•Parking Guidance Systems – any signage offered with this service to be included for parking guidance usage only
•Pay and Display Machines
•Pay by Phone Machines
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All Public Bodies will have access to this Framework Agreement with the agreement with the
Contracting Authority. Those organisations who wish to access this Framework Agreement
are detailed in the Invitation to Tender document.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Parking Management Software Solutions       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      34926000 - Car park control equipment.
      98351000 - Car park management services.
      98351100 - Car park services.
      48000000 - Software package and information systems.
      72000000 - IT services: consulting, software development, Internet and support.
      34000000 - Transport equipment and auxiliary products to transportation.
      34970000 - Traffic-monitoring equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: For this LOT 2, solutions need to offer integration to a central web management system to support the cashless parking options and offer the ability for end users to pay or book parking via one or more of the following: mobile app, QR code, website or over the phone.
Supporting software options to offer the ability to monitor car parks and monitor and control a single terminal in real time including live views of any cameras. Any software modules offered as on-premise installation or as cloud based service.
All Services to offer an option to undertake administration and management Services. To include data migration where appropriate and any management information and reporting.

To include the following but not limited to:-
•ANPR (Automated Number Plate Recognition)
•IVR (interactive Voice Response)
•Parking Guidance Systems – any signage offered with this service to be included for parking guidance usage only
•Pay by Phone
•Pre-Book, Pre-Pay
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All Public Bodies will have access to this Framework Agreement with the agreement with the
Contracting Authority. Those organisations who wish to access this Framework Agreement
are detailed in the Invitation to Tender document.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Civil Enforcement Solutions       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      34926000 - Car park control equipment.
      45213312 - Car park building construction work.
      45223310 - Underground car park construction work.
      98351000 - Car park management services.
      98351100 - Car park services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: For this LOT 3, all Services to offer an option to undertake administration and management Services. To include data migration where appropriate and any management information and reporting.

To include but not limited to: -
•ANPR Enforcement: - vehicle number plate capture for data to be processed automatically
•Bay Enforcement/ Smart Parking: - solutions to protect parking bays with technology that can be integrated with existing bays
•Warden Patrols/ Civil Enforcement Officers: - periodical visits to a parking area to check and ensure all parked vehicles display a valid parking permit/ ticket and process any penalty charge notices (PCN) required
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All Public Bodies will have access to this Framework Agreement with the agreement with the
Contracting Authority. Those organisations who wish to access this Framework Agreement
are detailed in the Invitation to Tender document.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/03/2025 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 48
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/03/2025
         Time: 14:15
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Car-park-management-services./4RE828696Y

To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/4RE828696Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Kent County Council (t/a Procurement Services)
       1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
       Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
       Internet address: https://www.commercialservices.org.uk/
   VI.4.2) Body responsible for mediation procedures:
             Commercial Services
          1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
          Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
          Internet address: https://www.commercialservices.org.uk/
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/02/2025

Annex A


View any Notice Addenda

View Award Notice