Planning

Parking and Markets Services IT Systems Procurement 2026

LONDON BOROUGH OF HACKNEY

This public procurement record has 3 releases in its history.

Planning

02 Mar 2026 at 10:20

Planning

11 Sep 2025 at 11:29

Planning

11 Sep 2025 at 09:53

Summary of the contracting process

The London Borough of Hackney is planning to procure Parking and Markets IT Systems, focusing on digital solutions to support various functions such as parking enforcement and market trading. The procurement process is currently in the planning stage, as detailed in the most recent scheduled notice published on 2nd March 2026. The anticipated procurement will occur under a Competitive Flexible Procedure, as per the Procurement Act 2023, allowing for a selective approach to supplier selection. The procurement is divided into nine separate lots, inviting bids up to a total projected value of £12 million. The deadline for expressing interest in this opportunity is 15th May 2026, while the final agreements are expected to be awarded by 10th November 2026. The local authority seeks digital solutions to support its strategic policy objectives, enhancing service delivery efficiency within the borough, identified geographically as UKI41.

This tender offers substantial business opportunities, particularly for IT service providers and software development firms specialising in public sector solutions. The contract is well-suited for businesses that can deliver flexible and scalable software packages and IT consulting services, ensuring high levels of interoperability and data migration capabilities. Small and medium-sized enterprises (SMEs) meeting the technical and economic selection criteria are encouraged to participate. With the potential for this contract to run through several stages including compliance checks, technical evaluation, and final tender stages, businesses have ample opportunity to pitch innovative technological solutions. Additionally, the possibility of lot-based applications allows suppliers to focus on specific areas of expertise, fostering a competitive environment and furthering opportunities for growth and expansion into the public sector market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Parking and Markets Services IT Systems Procurement 2026

Notice Description

The Parking and Markets ICT Systems Procurement is crucial for enabling the Council's responsibilities in parking enforcement, permits, suspensions, cycle hangars, markets, and shop fronts. These systems support Hackney in helping manage kerbside space, improving air quality, and delivering revenue. The council is seeking a shift towards a digital solution across nine separate lots and requires systems that will enable a shift in major policy changes, safeguard service continuity and is able to handle high-volume transactions across various teams. This procurement will adopt the Competitive Flexible Procedure under the Procurement Act 2023. A modular, multi-lot approach will be used to evaluate bids for interoperability, data migration, and deliverability throughout the lifetime of the contracts.

Lot Information

Penalty Charge Notices (PCNs)

Covers the end-to-end processing and management of Penalty Charge Notices, including case management from issue through to closure, customer correspondence, evidence management, representations/appeals support, and reporting. The lot includes integration requirements to support enforcement channels (including on-street and CCTV enforcement where applicable), removals interfaces where relevant, payments and reconciliation, and debt recovery processes with enforcement agents.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Permits and vouchers

Includes end to end management of a comprehensive range of permits issued by the council, including resident, business, and all-zone permits, along with CCTV exemptions.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Cycle hangars

Management of cycle hangars and cycle parking in the borough.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Parking suspensions

Management of parking suspensions and relevant services.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Parking infrastructure maintenance

System for the management of all parking infrastructure such as signs, lines, machines and other relevant items.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Markets, shop fronts and street trading

A system for the management of market traders' licences, pitches, pavement licences, annual fees.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Abandoned vehicle processing

A system for end-to-end processing of abandoned vehicle reports, removals and FPNs.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Cashless parking

System for the provision and management of cashless parking payments across the borough.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Fixed penalty notices (FPNs)

End-to-end processing of FPNs across relevant Council services, including abandoned vehicles, environmental enforcement and waste services, Markets and other future service areas.

Renewal: The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier.

Planning Information

Please register at Proactis website in order to review details about this market engagement, project number DN790103 https://procontract.due-north.com/SupplierRegistration/Register

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05985b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018268-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
15 Apr 2026Expired
Award Date
Not specified
Contract Period
1 Jan 2027 - 31 Dec 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HACKNEY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HACKNEY
Postcode
E8 1DY
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI41 Hackney and Newham

Local Authority
Hackney
Electoral Ward
Hackney Central
Westminster Constituency
Hackney South and Shoreditch

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05985b-2026-03-02T10:20:43Z",
    "date": "2026-03-02T10:20:43Z",
    "ocid": "ocds-h6vhtk-05985b",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "055706-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055706-2025",
                "datePublished": "2025-09-11T10:53:13+01:00",
                "format": "text/html"
            },
            {
                "id": "055785-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055785-2025",
                "datePublished": "2025-09-11T12:29:00+01:00",
                "format": "text/html"
            },
            {
                "id": "018268-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018268-2026",
                "datePublished": "2026-03-02T10:20:43Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please register at Proactis website in order to review details about this market engagement, project number DN790103 https://procontract.due-north.com/SupplierRegistration/Register",
                "dueDate": "2025-10-26T23:59:59Z",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PRZC-5592-DDDV",
            "name": "London Borough of Hackney",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRZC-5592-DDDV"
            },
            "address": {
                "streetAddress": "Hackney Service Centre",
                "locality": "Hackney",
                "postalCode": "E8 1DY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "brian.clark@hackney.gov.uk",
                "name": "Brian Clark",
                "telephone": "+44 2083563000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "http://www.hackney.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PRZC-5592-DDDV",
        "name": "London Borough of Hackney"
    },
    "tender": {
        "id": "DN807805",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Parking and Markets Services IT Systems Procurement 2026",
        "description": "The Parking and Markets ICT Systems Procurement is crucial for enabling the Council's responsibilities in parking enforcement, permits, suspensions, cycle hangars, markets, and shop fronts. These systems support Hackney in helping manage kerbside space, improving air quality, and delivering revenue. The council is seeking a shift towards a digital solution across nine separate lots and requires systems that will enable a shift in major policy changes, safeguard service continuity and is able to handle high-volume transactions across various teams. This procurement will adopt the Competitive Flexible Procedure under the Procurement Act 2023. A modular, multi-lot approach will be used to evaluate bids for interoperability, data migration, and deliverability throughout the lifetime of the contracts.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI41",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9"
            }
        ],
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "status": "planned",
                "suitability": {
                    "sme": true
                },
                "hasRenewal": true,
                "title": "Penalty Charge Notices (PCNs)",
                "description": "Covers the end-to-end processing and management of Penalty Charge Notices, including case management from issue through to closure, customer correspondence, evidence management, representations/appeals support, and reporting. The lot includes integration requirements to support enforcement channels (including on-street and CCTV enforcement where applicable), removals interfaces where relevant, payments and reconciliation, and debt recovery processes with enforcement agents.",
                "value": {
                    "amountGross": 3360000,
                    "amount": 2800000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "2",
                "title": "Permits and vouchers",
                "description": "Includes end to end management of a comprehensive range of permits issued by the council, including resident, business, and all-zone permits, along with CCTV exemptions.",
                "status": "planned",
                "value": {
                    "amountGross": 2280000,
                    "amount": 1900000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "3",
                "title": "Cycle hangars",
                "description": "Management of cycle hangars and cycle parking in the borough.",
                "status": "planned",
                "value": {
                    "amountGross": 480000,
                    "amount": 400000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "4",
                "title": "Parking suspensions",
                "description": "Management of parking suspensions and relevant services.",
                "status": "planned",
                "value": {
                    "amountGross": 600000,
                    "amount": 500000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "5",
                "title": "Parking infrastructure maintenance",
                "description": "System for the management of all parking infrastructure such as signs, lines, machines and other relevant items.",
                "status": "planned",
                "value": {
                    "amountGross": 480000,
                    "amount": 400000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "6",
                "title": "Markets, shop fronts and street trading",
                "description": "A system for the management of market traders' licences, pitches, pavement licences, annual fees.",
                "status": "planned",
                "value": {
                    "amountGross": 960000,
                    "amount": 800000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "7",
                "title": "Abandoned vehicle processing",
                "description": "A system for end-to-end processing of abandoned vehicle reports, removals and FPNs.",
                "status": "planned",
                "value": {
                    "amountGross": 720000,
                    "amount": 600000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents"
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "8",
                "title": "Cashless parking",
                "description": "System for the provision and management of cashless parking payments across the borough.",
                "status": "planned",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            },
            {
                "id": "9",
                "title": "Fixed penalty notices (FPNs)",
                "description": "End-to-end processing of FPNs across relevant Council services, including abandoned vehicles, environmental enforcement and waste services, Markets and other future service areas.",
                "status": "planned",
                "value": {
                    "amountGross": 720000,
                    "amount": 600000,
                    "currency": "GBP"
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 999
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' legal and financial capacity to perform the contract. Full details will be set out in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of participation will be proportionate to the lot and limited to what is necessary to assess suppliers' technical ability to perform the contract (including relevant experience of delivering similar services, and ability to meet integration, security and service management requirements). Full details will be set out in the tender documents."
                        },
                        {
                            "description": "Selection criteria for this lot will be proportionate and limited to what is necessary to assess suppliers' suitability to deliver the requirements. This will include: (i) compliance with any applicable exclusion grounds; (ii) legal and financial capacity; and (iii) technical and professional ability, including relevant experience delivering comparable services and the capability to meet the Council's service management, security/assurance and integration requirements. Full details of the selection criteria and evidence required will be set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00+00:00",
                    "endDate": "2030-12-31T23:59:59+00:00",
                    "maxExtentDate": "2036-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may extend the contract by up to two further periods of 36 months each (maximum total term 10 years), subject to continued service need, satisfactory performance, and value for money. Any extension will be exercised in accordance with the contract terms and with appropriate notice to the supplier."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-15T23:59:59+01:00"
        },
        "status": "planned",
        "aboveThreshold": true,
        "value": {
            "amountGross": 12000000,
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Qualifying planned procurement notice",
            "features": "Procurement will proceed in stages, with down-selection at each phase and lot-based application as needed. Stages include: * Compliance and participation checks * Q&A and demonstrations * Dialogue, governance, and technical evaluation * Final tender The council may conclude the process at any stage if it finds the best supplier before the last phase."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the London Tenders Portal - https://www.londontenders.org/ Interested parties should register on the website and search for the the tender reference number: DN807805",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-15T23:59:00+01:00",
        "awardPeriod": {
            "endDate": "2026-11-10T23:59:59+00:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "The procurement is divided into nine lots. Suppliers may bid for one or more lots. The Council intends to evaluate and award each lot separately, based on the published award criteria. A supplier may be awarded multiple lots where this is assessed as best value for money and deliverable. Where multiple suppliers are appointed across different lots, the Council will require solutions to interoperate (e.g., open APIs and defined integration responsibilities) so that services operate as a coherent suite. If a supplier submits bids for more lots than the Council is able to award to that supplier, the Council will apply the objective methodology set out in the tender documents to determine which lots are awarded (for example, awarding the lots where that supplier achieves the highest relative evaluation outcome and/or where overall value for money is strongest)."
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Tender documents will be made available via the Council's e-tendering portal when the tender notice is published. The documents will include the Invitation to Tender and supporting schedules/specifications and will be issued in line with the Council's internal approvals and procurement timetable."
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment will be made by the Council within 30 days of receipt of a valid, correct and undisputed invoice, in accordance with the Council's standard payment terms. Invoices will be submitted electronically in the format and to the address specified in the tender documents and contract. The Council may withhold payment of any disputed element of an invoice while the dispute is investigated, but will pay any undisputed amounts in line with the payment terms. Details of invoicing, supporting evidence requirements and dispute resolution arrangements will be set out in the contract."
        }
    },
    "language": "en"
}