Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Supply of Cashless Parking Payment Services (Multi-Vendor) and an ePermit Solution

  • First published: 09 June 2021
  • Last modified: 09 June 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Bournemouth Christchurch and Poole Council
Authority ID:
AA75581
Publication date:
09 June 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1 is for the supply of cashless parking payment services as a multi-vendor solution. The Council has appointed three (3) suppliers under Lot 1 to deliver cashless parking payment services which may include the provision of an alternative cash solution.

Service Providers will be required to use a common set of location codes, which are to be agreed with all service providers. Customers will have the option to use the cashless parking payment services of any of the up to three service providers awarded under this lot.

The service provider will be responsible for:

• providing services that will enable parking users to pay for parking at any on-street and offstreet parking location using a mobile telephone and a debit/credit card, Apple Pay and Google Pay. Please note this is to include payment methods by phone, Mobile Apps and Website and any further future developments in payment methods;

• maintaining fully functional services that are accessible twenty-four (24) hours per day, seven (7) days per week;

• providing the services at the off-street and on-street locations and at any other locations notified to the service provider by the Council during the course of the contract;

• ensuring that parking tariffs for the Services comply with the tariffs set out in any of the relevant Council off and on street parking consolidation orders and any subsequent variations;

• providing a customer service helpline that is accessible twenty-four (24) hours per day, seven (7) days per week which is capable of registering a parking user’s details, establishing parking sessions and taking payment, via an automated or via a personal interface at no cost to the parking user or the Council;

• providing facilities to register a parking user’s details and for parking users to be able to optionally set up an account with the service provider at the point of parking, via mobile phone or via an internet-based preregistration facility which is accessible twenty-four (24) hours per day, seven (7) days per week;

• providing a Technical Support Team with a dedicated Council support telephone number as part of the Services and to respond to enquiries from the Council within a specified timeframe under the contract;

• providing suitably trained employees to staff the customer service helpline and the technical support help desk and to manage/deliver all aspects of the contract;

• dealing with complaints in an agreed timely manner;

• providing regular performance reports and other information required within a specified timeframe under the contract;

• ensuring all parking payments received in respect of BCP Council’s parking facilities are paid into the Council’s bank or merchant account (as specified by the Council) within twenty four (24) hours;

• providing a single ordinary geographic telephone number to cover the whole of the area under the contract, charged at local rate and on a network demonstrating the most complete coverage of the area;

• providing the Services for the duration of the contract, which will be 3 years (subject to the terms and conditions in the Contract) and for the duration of any extension thereto and for the duration of the contract.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Bournemouth Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

UK

Contact person: Strategic Procurement Team

Telephone: +44 1202128989

E-mail: procurement@bcpcouncil.gov.uk

NUTS: UKK2

Internet address(es)

Main address: https://www.bcpcouncil.gov.uk

Address of the buyer profile: https://supplyingthesouthwest.org.uk

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 Cashless Parking Payment Services (Multi-Vendor) and an ePermit Solution

Reference number: DN470484

II.1.2) Main CPV code

64000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is appointing service providers to provide a cashless parking payment service And a service provider to provide and manage a cashless ePermit solution.

Cashless parking is a familiar option to a proportion of motorists. It is considered that with The increased use of ‘Apps’ the number of people using these payment services will continue to grow.

The Council has seen an increase in the use of the cashless parking service since it was introduced in the Bournemouth, Christchurch and Poole area from 2006 onwards. The Council recognises the benefits of the use of the cashless parking service and wishes to look to the advancement in technology to further improve the service to customers.

The Council are looking for Service Providers to provide the following:

Lot 1: A multi-vendor cashless parking payment service, where the Council may award to multiple providers which may include the provision of an alternative cash solution.

Lot 2: A provider to supply and manage a cashless ePermit solution.

The Council has appointed three (3) providers to the multi-vendor contract (Lot 1).

The Council has appointed one supplier to lot 2 to supply a flexible and adaptable ePermit solution that can meet the future aspirations for the service within the BCP Council area.

BCP Council is currently in the process of establishing a central office hub and satellite sites from which staff will be able to work and following of the formation of BCP Council and Covid-19 is currently reviewing working practices and the associated management of staff parking. Where this document refers to staff parking it is the intention that when BCP Council wishes to introduce this service it will carry out a further assessment of the successful bidders to award this element of the contract to a service provider.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 1 500 000.00  GBP/ Highest offer: 1 500 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 — Multi-Vendor Cashless Parking

II.2.2) Additional CPV code(s)

22000000

32000000

34000000

48000000

51000000

63000000

64000000

66000000

72000000

98000000

II.2.3) Place of performance

NUTS code:

UKK2

II.2.4) Description of the procurement

Lot 1 is for the supply of cashless parking payment services as a multi-vendor solution. The Council has appointed three (3) suppliers under Lot 1 to deliver cashless parking payment services which may include the provision of an alternative cash solution.

Service Providers will be required to use a common set of location codes, which are to be agreed with all service providers. Customers will have the option to use the cashless parking payment services of any of the up to three service providers awarded under this lot.

The service provider will be responsible for:

• providing services that will enable parking users to pay for parking at any on-street and offstreet parking location using a mobile telephone and a debit/credit card, Apple Pay and Google Pay. Please note this is to include payment methods by phone, Mobile Apps and Website and any further future developments in payment methods;

• maintaining fully functional services that are accessible twenty-four (24) hours per day, seven (7) days per week;

• providing the services at the off-street and on-street locations and at any other locations notified to the service provider by the Council during the course of the contract;

• ensuring that parking tariffs for the Services comply with the tariffs set out in any of the relevant Council off and on street parking consolidation orders and any subsequent variations;

• providing a customer service helpline that is accessible twenty-four (24) hours per day, seven (7) days per week which is capable of registering a parking user’s details, establishing parking sessions and taking payment, via an automated or via a personal interface at no cost to the parking user or the Council;

• providing facilities to register a parking user’s details and for parking users to be able to optionally set up an account with the service provider at the point of parking, via mobile phone or via an internet-based preregistration facility which is accessible twenty-four (24) hours per day, seven (7) days per week;

• providing a Technical Support Team with a dedicated Council support telephone number as part of the Services and to respond to enquiries from the Council within a specified timeframe under the contract;

• providing suitably trained employees to staff the customer service helpline and the technical support help desk and to manage/deliver all aspects of the contract;

• dealing with complaints in an agreed timely manner;

• providing regular performance reports and other information required within a specified timeframe under the contract;

• ensuring all parking payments received in respect of BCP Council’s parking facilities are paid into the Council’s bank or merchant account (as specified by the Council) within twenty four (24) hours;

• providing a single ordinary geographic telephone number to cover the whole of the area under the contract, charged at local rate and on a network demonstrating the most complete coverage of the area;

• providing the Services for the duration of the contract, which will be 3 years (subject to the terms and conditions in the Contract) and for the duration of any extension thereto and for the duration of the contract.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Quality criterion: Presentation / Weighting: 30

Price / Weighting:  30

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for 3 years with the option to extend annually for a further 2 years (3 + 1 + 1) Therefore, if all extensions were taken the full length of the contract would be for 5 years. The anticipated start date of the contract is 1 April 2021.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 - ePermit Solution

II.2.2) Additional CPV code(s)

22000000

32000000

34000000

38000000

48000000

51000000

63000000

64000000

66000000

72000000

98000000

II.2.3) Place of performance

NUTS code:

UKK2

II.2.4) Description of the procurement

Lot 2 relates to the provision of an ePermit Solution, where permits are available, which may include but not be limited to, the facility to enable residents and visitors to apply for permits in residential parking areas and in car parks, business premises to manage corporate accounts and also staff permit parking.

Following the formation of BCP Council it is intended to carry out a full review of permits issued by the previous three councils (Bournemouth, Christchurch and Poole) and to rationalise the types and prices of permit. This will include making these permits virtual and choosing a single service provider to facilitate the application, verification and renewal of permits. These permits types may include but not limited to car park season tickets, staff parking permits, resident permits, visitor permits, and various dispensation permits. The system should be able to fully integrate with the Council’s notice processing system to enable real time lookups to be performed by a Civil Enforcement Officer to check the validity of any permit session for enforcement purposes.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Quality criterion: Presentation / Weighting: 30

Price / Weighting:  30

II.2.11) Information about options

Options: Yes

Description of options:

The term of the award Lot 2 contract will align with the contract awarded for Lot 1. It is anticipated that the contract start date for Lot 2 will be 1 July 2021.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 207-506378

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/06/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Park Now Ltd

Ground Floor East, Maplewood, Chineham Business Park

Basingstoke, Hampshire

RG24 8YB

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice

London

WCA 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 amended).

VI.5) Date of dispatch of this notice

04/06/2021

Coding

Commodity categories

ID Title Parent category
66000000 Financial and insurance services Finance and Related Services
51000000 Installation services (except software) Other Services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
98000000 Other community, social and personal services Other Services
64000000 Postal and telecommunications services Other Services
22000000 Printed matter and related products Printing and Publishing
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
48000000 Software package and information systems Computer and Related Services
63000000 Supporting and auxiliary transport services; travel agencies services Transport and Related Services
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@bcpcouncil.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.