Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
Transport for Greater Manchester, 2 Piccadilly Place
Manchester
M1 3BG
Contact
Mr Julian Benson
Telephone
+44 7944976931
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f745720e-15d7-ef11-8133-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=f745720e-15d7-ef11-8133-005056b64545
one.4) Type of the contracting authority
Other type
Transport Authority
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Platform Validator and Field Equipment Agreement
Reference number
DN737147
two.1.2) Main CPV code
- 30123100 - Ticket-validation machines
two.1.3) Type of contract
Supplies
two.1.4) Short description
Platform Validator and Field Equipment agreement with respect to the supply, installation, commissioning, operation and maintenance of Platform Validators and other Field Equipment infrastructure that shall enable TfGM Ticketing Schemes and products.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 50317000 - Maintenance and repair of ticket-validation machinery
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKL - Wales
two.2.4) Description of the procurement
Transport for Greater Manchester (“TfGM”) now wish to procure a Platform Validator and Field Equipment Service Agreement (“Agreement”) which shall enable the supply, installation and commissioning, operation and maintenance of Platform Validator and Field Equipment Devices that will read (both physical and digital) customer contactless bankcard, ITSO, NFC and Barcode media and process data in connection with Ticketing Schemes (as may be required by TfGM).
Given that over the term of the Agreement, Ticketing Schemes will be subject to frequent revision and development, deployment of Validator and Field Equipment in connection with this Agreement may be required to all potential transport and associated modes (in addition to those modes where Platform Validators and Devices are currently deployed). Consequently, Validators and Field Equipment may be deployed on (but not limited to) Tram, Light Rail, Bus, Heavy Rail, Taxi, Car-Club, Car Hire, Parking and Park and Ride, Micro mobility, Active Travel and other travel modes. Technical refresh of the current Platform Validator that has been deployed on the Metrolink Tram network will be required.
Additionally, the Place of Performance that is set out in section II.2.3 of this notice reflects a longer-term ambition of TfGM to extend Ticketing Schemes to areas that are adjacent to Greater Manchester (UKD-North West England, UKE Yorkshire and the Humber, UKF-East Midlands. UKG-West Midlands, UKL-Wales) and may or may not apply to the Agreement during the term.
In accordance with the Agreement , the Supplier shall:
- supply Platform Validators that shall;
o read customer bankcards (both physical and digital) and process contactless bankcard data compliant with Payment Card Industries Data Security Standard (PCI DSS) v 4.0.1;
o enable TfGM’s contactless bankcard Pay as you Go (PAYG) Ticketing Scheme compliant with card scheme (Visa and Mastercard) Transit Model 2 scheme rules, and potentially enable the extension of TfGM’s contactless bankcard PAYG Ticketing Scheme to additional bank card schemes;
o be capable of reading ITSO media (for both digital and physical media compliant with the latest ITSO 2.1.5 standard);
o (as an Option) read two-dimensional Barcodes;
o enable Account Based Ticketing products through the use of token agnostic identification;
- Install and Commission (and if directed de-commission) Platform Validators and their supporting systems including any necessary connection to TfGM networks , civil works and testing; and
- Operate and maintain the deployed estate of Platform Validator infrastructure to comply with the required standards.
Additionally, the Platform Validator and Field Equipment Service Agreement will include the Option to supply, install, commission, operate and maintain any Field Equipment components that include a Validator and have the capability to read contactless bankcard, ITSO media, NFC media and Barcodes (such as for example Revenue Inspection Devices and Mobile Hand-Held Ticket issuing devices etc.)
Potential Supplier Solutions will work in conjunction with a Contactless Bankcard Middle and Back Office Service, Merchant Acquirer and Payment Gateway Service and ITSO Contract Service that will be appointed by TfGM.
Since TfGM already operates a highly successful contactless bankcard PAYG scheme on Metrolink and Bus, supplier consideration of the arrangements to successfully transition from existing to new services, will be a critical consideration.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
144
This contract is subject to renewal
Yes
Description of renewals
The agreement includes five options to extend the agreement in each case for a further 12 months. The total estimated value stated in II.1.5 includes the option periods.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The agreement includes five options to extend the agreement in each case for a further 12 months. The total estimated value stated in II.1.5 includes the option periods.
The requirements include a number of Options, including the provision of a two-dimensional QR Code reading capability as an additional capability within the Platform Validator solution. Additionally, Fiield Equipment components, for example including (but not limited to) Revenue Inspection Devices and Hand Held Sales Terminals and other devices that have contactless (and Chip and PIN) bankcard reading capability and ITSO media (digital and physical) reading capability. .
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information, formalities and necessary requirements to be met will be set out in an Invitation to Tender Document which can be obtained together with any instructions from https://procontract.due-north.com
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028526
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 April 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 April 2025
Local time
10:30am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested suppliers must obtain a Invitation to Tender by registering an expression of interest for the opportunity entitled ‘Platform Validator and Field Equipment Agreement’ on the eTendering application ProContract via https://procontract.due-north.com
Any submissions that are not submitted by the ProContract eTendering tool will be disqualified.
Contract to be governed by English Law.
TfGM expressly reserves the right:
1) not to award any contract as a result of the procurement process commenced by the publication of this notice;
2) to make whatever changes it may see fit to the content and structure of the tendering competition;
3) to amend (a) contract(s) in respect of any part(s) of the services covered by this notice; and
4) to award contract(s) in stages and in no circumstances will TfGM be liable for any costs incurred by candidates.
Variant bids may be permissible within the parameters to be set out in the tender documentation.
An online ‘Bidders Event’ will be hosted on Microsoft Teams — Live on the 26 March 2025 and will include a short presentation on the scope and timeframe of the procurement process. Please contact procurement.pval@tfgm.com in order to register an intention to attend.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom