Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

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

  • Cyhoeddwyd gyntaf: 09 Mehefin 2021
  • Wedi'i addasu ddiwethaf: 09 Mehefin 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Bournemouth Christchurch and Poole Council
ID Awudurdod:
AA75581
Dyddiad cyhoeddi:
09 Mehefin 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

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

The service provider will be responsible for:

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

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

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

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

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

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

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

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

• dealing with complaints in an agreed timely manner;

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

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

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

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

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Bournemouth Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

UK

Person cyswllt: Strategic Procurement Team

Ffôn: +44 1202128989

E-bost: procurement@bcpcouncil.gov.uk

NUTS: UKK2

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.bcpcouncil.gov.uk

Cyfeiriad proffil y prynwr: https://supplyingthesouthwest.org.uk

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: DN470484

II.1.2) Prif god CPV

64000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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

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

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

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

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

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

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

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

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

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Cynnig isaf: 1 500 000.00 GBP / Y cynnig uchaf: 1 500 000.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 — Multi-Vendor Cashless Parking

II.2.2) Cod(au) CPV ychwanegol

22000000

32000000

34000000

48000000

51000000

63000000

64000000

66000000

72000000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK2

II.2.4) Disgrifiad o’r caffaeliad

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

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

The service provider will be responsible for:

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

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

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

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

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

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

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

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

• dealing with complaints in an agreed timely manner;

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

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

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

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

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 40

Maes prawf ansawdd: Presentation / Pwysoliad: 30

Price / Pwysoliad:  30

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - ePermit Solution

II.2.2) Cod(au) CPV ychwanegol

22000000

32000000

34000000

38000000

48000000

51000000

63000000

64000000

66000000

72000000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK2

II.2.4) Disgrifiad o’r caffaeliad

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

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

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 40

Maes prawf ansawdd: Presentation / Pwysoliad: 30

Price / Pwysoliad:  30

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 207-506378

Section V: Dyfarnu contract

Rhif y Lot: 2

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

02/06/2021

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 2

Nifer y tendrau a ddaeth i law gan BBaChau: 2

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Park Now Ltd

Ground Floor East, Maplewood, Chineham Business Park

Basingstoke, Hampshire

RG24 8YB

UK

NUTS: UKK2

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cynnig isaf: 1.00 GBP / Y cynnig uchaf: 1 500 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Courts of Justice

London

WCA 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Dyddiad anfon yr hysbysiad hwn

04/06/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34000000 Cyfarpar cludo a chynhyrchion sy’n gysylltiedig â chludiant Trafnidiaeth a Gwasanaethau Cysylltiedig
38000000 Cyfarpar labordy, optegol a thrachywir (heblaw sbectolau) Technoleg ac Offer
32000000 Cyfarpar radio, teledu, cyfathrebu, telathrebu a chyfarpar cysylltiedig Technoleg ac Offer
22000000 Deunydd print a chynhyrchion cysylltiedig Argraffu a Chyhoeddi
66000000 Gwasanaethau ariannol ac yswiriant Cyllid a Gwasanaethau Cysylltiedig
98000000 Gwasanaethau cymunedol, cymdeithasol a phersonol eraill Gwasanaethau eraill
51000000 Gwasanaethau gosod (heblaw meddalwedd) Gwasanaethau eraill
64000000 Gwasanaethau post a thelathrebu Gwasanaethau eraill
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
63000000 Gwasanaethau trafnidiaeth ategol a chynorthwyol; gwasanaethau asiantaethau teithio Trafnidiaeth a Gwasanaethau Cysylltiedig
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@bcpcouncil.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.