Notice Information
Notice Title
Supply of Cashless Parking Payment Services (Multi-Vendor) and an ePermit Solution
Notice 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.
Lot Information
Lot 1 - Multi-Vendor Cashless Parking
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 twentyfour (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 three 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.
Options: The contract will be for three 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.
Lot 2 - ePermit SolutionLot 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.
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b895
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012580-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
22 - Printed matter and related products
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
48 - Software package and information systems
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
98 - Other community, social and personal services
-
- CPV Codes
22000000 - Printed matter and related products
32000000 - Radio, television, communication, telecommunication and related equipment
34000000 - Transport equipment and auxiliary products to transportation
38000000 - Laboratory, optical and precision equipments (excl. glasses)
48000000 - Software package and information systems
51000000 - Installation services (except software)
63000000 - Supporting and auxiliary transport services; travel agencies services
64000000 - Postal and telecommunications services
66000000 - Financial and insurance services
72000000 - IT services: consulting, software development, Internet and support
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Jun 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 1 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BOURNEMOUTH CHRISTCHURCH AND POOLE COUNCIL
- Contact Name
- Strategic Procurement Team
- Contact Email
- procurement@bcpcouncil.gov.uk
- Contact Phone
- +44 1202128989
Buyer Location
- Locality
- BOURNEMOUTH
- Postcode
- BH2 6DY
- Post Town
- Bournemouth
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK6 North Somerset, Somerset and Dorset
- Small Region (ITL 3)
- TLK63 Bournemouth, Christchurch and Poole
- Delivery Location
- TLK2 Dorset and Somerset
-
- Local Authority
- Bournemouth, Christchurch and Poole
- Electoral Ward
- Bournemouth Central
- Westminster Constituency
- Bournemouth West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b895-2021-06-04T14:57:46+01:00",
"date": "2021-06-04T14:57:46+01:00",
"ocid": "ocds-h6vhtk-02b895",
"initiationType": "tender",
"tender": {
"id": "DN470484",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply of Cashless Parking Payment Services (Multi-Vendor) and an ePermit Solution",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"title": "Lot 1 - Multi-Vendor Cashless Parking",
"description": "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 twentyfour (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 three 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Presentation",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "The contract will be for three 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."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2 - ePermit Solution",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Presentation",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "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."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UKK2"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UKK2"
}
],
"relatedLot": "2"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"reviewDetails": "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)."
},
"awards": [
{
"id": "012580-2021-1",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-18573",
"name": "Park Now Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-3269",
"name": "Bournemouth Christchurch and Poole Council",
"identifier": {
"legalName": "Bournemouth Christchurch and Poole Council"
},
"address": {
"streetAddress": "Town Hall, Bourne Avenue",
"locality": "Bournemouth",
"region": "UKK2",
"postalCode": "BH2 6DY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Strategic Procurement Team",
"telephone": "+44 1202128989",
"email": "procurement@bcpcouncil.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.bcpcouncil.gov.uk",
"buyerProfile": "https://supplyingthesouthwest.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-18573",
"name": "Park Now Limited",
"identifier": {
"legalName": "Park Now Limited",
"id": "Ground Floor East, Maplewood, Chineham Business Park"
},
"address": {
"locality": "Basingstoke, Hampshire",
"region": "UKK2",
"postalCode": "RG24 8YB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-18574",
"name": "High Courts of Justice",
"identifier": {
"legalName": "High Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WCA 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3269",
"name": "Bournemouth Christchurch and Poole Council"
},
"contracts": [
{
"id": "012580-2021-1",
"awardID": "012580-2021-1",
"status": "active",
"dateSigned": "2021-06-02T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "2",
"value": 2
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "2",
"value": 2
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 1,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 1500000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 1500000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 1500000,
"currency": "GBP"
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:506378-2020:TEXT:EN:HTML"
}
],
"language": "en"
}