Tender

Car Park Equipment and Maintenance

ULSTER UNIVERSITY

This public procurement record has 1 release in its history.

Tender

19 Feb 2026 at 09:39

Summary of the contracting process

Ulster University has initiated an open procurement process for the Car Park Equipment and Maintenance contract, valued at approximately GBP 2.6 million. The procurement is aimed at the provision, installation, and maintenance of car park equipment across multiple campus locations, including Belfast, Coleraine, and Jordanstown. The tender is in the active stage, with the enquiry period ending on 11th March 2026 and the tender period concluding on 20th March 2026. The contract involves comprehensive and reactive maintenance and further optional provisions for future expansion. Businesses interested in participating can submit their proposals through the eTendersNI platform, with relevant requirements outlined under Northern Irish devolved regulations.

This tender offers significant potential for business growth, particularly for companies specialising in car park services, IT integration, and payment technology solutions. The contract spans six years with potential extensions up to 12 years, providing long-term opportunities for expertise in installation, commissioning, and maintenance of modern car park systems, including ANPR technology and car park management software. SMEs are encouraged to apply, as they can benefit from economies of scale and streamlined contract management across all campus locations. With both commercial and quality submissions being weighted equally at 50%, businesses focusing on innovation and service excellence are well-suited to respond competitively to this tender.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Car Park Equipment and Maintenance

Notice Description

The scope of this contract includes the following Car Park Equipment and Maintenance requirements: * Decommissioning of existing car park equipment. * Installation and commissioning of new equipment including barriers, cashless pay stations, entry/exit devices. * Car park entrance / exit control including provision of ANPR technology. * Car park management software, licensing and IT integration. * Provision of customer car parking payment options. * Compliance with Payment Card Industry Data Security Standard requirements. * Reserved parking area control and management. * Ticket validation process and equipment. * Comprehensive maintenance (including software), PPM and reactive. * Non-comprehensive maintenance - reactive. * Campus IT infrastructure cabling maintenance. The contract also has provision to exercise optional requirements on the following: * Car parking equipment provision for Belfast, Coleraine and Jordanstown. * DLD - MXA (Foyle House) car parking equipment provision. * DLD - MXB (Timber Quay) car parking equipment layout design. * DLD - MXB (Timber Quay) car parking equipment provision. * Reserved parking booking system. * Automated data upload for University online store permit purchases. * Mobile Pay System.

Lot Information

Lot 1

Options: The contract also has provision to exercise optional requirements on the following: * Car parking equipment provision for Belfast, Coleraine and Jordanstown. * DLD - MXA (Foyle House) car parking equipment provision. * DLD - MXB (Timber Quay) car parking equipment layout design. * DLD - MXB (Timber Quay) car parking equipment provision. * Reserved parking booking system. * Automated data upload for University online store permit purchases. * Mobile Pay System. ADDITIONAL INFORMATION In the event that the Contract is terminated prior to expiry of the proposed initial six (6) year contract period, the University reserves the right (but shall not be obliged) in that instance to offer the second ranked most advantageous Supplier from this Competition (second ranked Supplier), the opportunity to enter into a replacement contract with the University on the basis of the same contract terms, rather than undertaking a re-procurement exercise at that point. Any replacement contract entered into will be for the remaining unexpired initial contract period, with the same ability for the University to extend by a further period or periods of up to 72 months. Entry into any replacement contract with the second ranked Supplier shall be subject to that second ranked Supplier's offer (including its tender pricing) remaining unchanged from that originally proposed at the tender return deadline. In the event that either: (a) the second ranked Supplier is unable or unwilling to stand over its original tender offer to the University; or (b) the second ranked Supplier is unable or unwilling to enter into a replacement contract with the University on the basis of the same contract terms; or (c) the second ranked Supplier declines the opportunity to enter into a replacement contract with the University for any reason, then the University reserves the right to approach the next highest ranking most advantageous Supplier from this Competition in turn on the same basis. This process may, at the University's discretion, continue until all ranked Suppliers have been exhausted or the University decides, at its sole discretion, to undertake a re-procurement exercise.

Renewal: Initial term of 6 years with provision to extend for any periods up to and including 72 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0657b8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015064-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

98 - Other community, social and personal services


CPV Codes

34926000 - Car park control equipment

98351100 - Car park services

Notice Value(s)

Tender Value
£2,600,000 £1M-£10M
Lots Value
£2,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Feb 20263 days ago
Submission Deadline
20 Mar 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2032 Over 5 years
Recurrence
2032-01-05

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ULSTER UNIVERSITY
Contact Name
Not specified
Contact Email
procurement_enquiries@ulster.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
COLERAINE
Postcode
BT52 1SA
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0C Causeway Coast and Glens
Delivery Location
TLN Northern Ireland

Local Authority
Causeway Coast and Glens
Electoral Ward
University
Westminster Constituency
East Londonderry

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-0657b8-2026-02-19T09:39:45Z",
    "date": "2026-02-19T09:39:45Z",
    "ocid": "ocds-h6vhtk-0657b8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-RC000726",
            "name": "Ulster University",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000726"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDLT-6268-MWZV"
                }
            ],
            "address": {
                "streetAddress": "Finance Office, Cromore Road",
                "locality": "Coleraine",
                "postalCode": "BT52 1SA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0C"
            },
            "contactPoint": {
                "email": "procurement_enquiries@ulster.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-RC000726",
        "name": "Ulster University"
    },
    "planning": {
        "noEngagementNoticeRationale": "The University published a Prior Information Notice (PIN) 2024/S 000-033188 on FTS, and Request for Information (RFI) on eSourcing NI, on 15 October 2024. PIN Link: https://www.find-tender.service.gov.uk/Notice/033188-2024 The RFI questionnaires were completed by interested providers and submitted via eSourcing NI by 5 November 2024. The purpose of this Prior Information Notice (PIN) and RFI was to invite potential providers to express an interest and provide information to assist with the procurement and development of the specification for Car Park Equipment and Maintenance at Ulster University. RFI questionnaires were completed by interested service providers in response to this PIN and provided feedback on aspects including contract duration, contract maintenance options, inventory, technology & innovation, reserved parking, Jordanstown service reduction, IT network link to the University, equipment lifespan, equipment, mobilisation and pricing increases."
    },
    "tender": {
        "id": "Cft_6333326",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Car Park Equipment and Maintenance",
        "description": "The scope of this contract includes the following Car Park Equipment and Maintenance requirements: * Decommissioning of existing car park equipment. * Installation and commissioning of new equipment including barriers, cashless pay stations, entry/exit devices. * Car park entrance / exit control including provision of ANPR technology. * Car park management software, licensing and IT integration. * Provision of customer car parking payment options. * Compliance with Payment Card Industry Data Security Standard requirements. * Reserved parking area control and management. * Ticket validation process and equipment. * Comprehensive maintenance (including software), PPM and reactive. * Non-comprehensive maintenance - reactive. * Campus IT infrastructure cabling maintenance. The contract also has provision to exercise optional requirements on the following: * Car parking equipment provision for Belfast, Coleraine and Jordanstown. * DLD - MXA (Foyle House) car parking equipment provision. * DLD - MXB (Timber Quay) car parking equipment layout design. * DLD - MXB (Timber Quay) car parking equipment provision. * Reserved parking booking system. * Automated data upload for University online store permit purchases. * Mobile Pay System.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98351100",
                        "description": "Car park services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34926000",
                        "description": "Car park control equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3120000,
            "amount": 2600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-20T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-11T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 3120000,
                    "amount": 2600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As stated in the tender documentation."
                        },
                        {
                            "type": "technical",
                            "description": "As stated in the tender documentation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2032-08-31T23:59:59+01:00",
                    "maxExtentDate": "2038-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term of 6 years with provision to extend for any periods up to and including 72 months."
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract also has provision to exercise optional requirements on the following: * Car parking equipment provision for Belfast, Coleraine and Jordanstown. * DLD - MXA (Foyle House) car parking equipment provision. * DLD - MXB (Timber Quay) car parking equipment layout design. * DLD - MXB (Timber Quay) car parking equipment provision. * Reserved parking booking system. * Automated data upload for University online store permit purchases. * Mobile Pay System. ADDITIONAL INFORMATION In the event that the Contract is terminated prior to expiry of the proposed initial six (6) year contract period, the University reserves the right (but shall not be obliged) in that instance to offer the second ranked most advantageous Supplier from this Competition (second ranked Supplier), the opportunity to enter into a replacement contract with the University on the basis of the same contract terms, rather than undertaking a re-procurement exercise at that point. Any replacement contract entered into will be for the remaining unexpired initial contract period, with the same ability for the University to extend by a further period or periods of up to 72 months. Entry into any replacement contract with the second ranked Supplier shall be subject to that second ranked Supplier's offer (including its tender pricing) remaining unchanged from that originally proposed at the tender return deadline. In the event that either: (a) the second ranked Supplier is unable or unwilling to stand over its original tender offer to the University; or (b) the second ranked Supplier is unable or unwilling to enter into a replacement contract with the University on the basis of the same contract terms; or (c) the second ranked Supplier declines the opportunity to enter into a replacement contract with the University for any reason, then the University reserves the right to approach the next highest ranking most advantageous Supplier from this Competition in turn on the same basis. This process may, at the University's discretion, continue until all ranked Suppliers have been exhausted or the University decides, at its sole discretion, to undertake a re-procurement exercise."
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "The reason for not dividing into lots is uniformity to ensure one supplier, and one software system, is contracted for the provision of services at all campus locations. Awarding one contract should maximise potential economies of scale for the service provider and reduce contract management with multiple contractors."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "015064-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/015064-2026",
                "datePublished": "2026-02-19T09:39:45Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2032-01-05T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}