Contract notice
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
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.commercialservices.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
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
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:
30 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Complete Parking Management Solutions
II.2.2) Additional CPV code(s)
98351000
34926000
45213312
98351100
34970000
34996300
38700000
64200000
72000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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
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:
10 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
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.
Lot No: 2
II.2.1) Title
Parking Management Software Solutions
II.2.2) Additional CPV code(s)
34926000
98351000
98351100
48000000
72000000
34000000
34970000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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
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:
10 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
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.
Lot No: 3
II.2.1) Title
Civil Enforcement Solutions
II.2.2) Additional CPV code(s)
34926000
45213312
45223310
98351000
98351100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.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
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:
10 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
24/03/2025
Local time: 14:15
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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
GO Reference: GO-2025217-PRO-29457881
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
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: 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
UK
Telephone: +44 8081685808
E-mail: csgprocurement@csltd.org.uk
Internet address(es)
URL: https://www.commercialservices.org.uk/
VI.5) Date of dispatch of this notice
17/02/2025