Tender

Supply of Parking Management Solutions and Associated Services Y23043

  • Kent County Council (t/a Procurement Services)

F02: Contract notice

Notice identifier: 2025/S 000-005343

Procurement identifier (OCID): ocds-h6vhtk-04e298

Published 17 February 2025, 12:05pm



The closing date and time has been changed to:

7 April 2025, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialservices.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Parking Management Solutions and Associated Services Y23043

Reference number

Y23043

two.1.2) Main CPV code

  • 98351000 - Car park management services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Complete Parking Management Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

two.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.

two.2) Description

two.2.1) Title

Parking Management Software Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

two.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.

two.2) Description

two.2.1) Title

Civil Enforcement Solutions

Lot No

3

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

two.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 March 2025

Local time

2:00pm

Changed to:

Date

7 April 2025

Local time

2:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

2:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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

GO Reference: GO-2025217-PRO-29457881

six.4) Procedures for review

six.4.1) Review body

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

https://www.commercialservices.org.uk/

six.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

https://www.commercialservices.org.uk/