Scope
Description
Smart Applications Management Limited (SAM) is the trading name of South West Smart Applications Limited, a Membership based central purchasing body, which owns and runs the National Mobilities Procurement Hub for its Members.
This Framework is making available for its Members the provision of RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services.
These five Lots form the focal point for any modern Ticketing & Information Scheme in managing customer information, journey planning, physical sales, revenue, and a range of customer facing managed services.
Lot 1: RTPI Content Management Systems (CMS)
The RTPI CMS Lot provides a supplier-agnostic Content Management System for Real Time Passenger Information, integrating with standards like GTFS, SIRI, BODS, and RSS. It will distribute real-time schedules and multimedia content to Passenger Information Displays, managed through a secure web portal with layout control, multilingual messaging, and access management.
The systems are scalable, cloud hosted, GDPR-compliant, and include monitoring, fault management, and reporting. Delivery requires commissioning, testing, migration, and maintenance, with defined backup, PID interfacing, and documentation. Suppliers must follow formal project management, deliver training, and meet strict KPIs for availability, updates, and transparency.
Lot 2: Ticket Vending Machines
The Ticket Vending Machine (TVM) Lot focuses on providing modern, reliable, and accessible equipment aligned with operational and customer needs. The requirements highlight durability, accessibility compliance, and integration with transport systems, while ensuring wide payment options such as contactless, mobile, and cash for inclusivity. Priority has been given to cybersecurity, remote monitoring, and easy maintenance to reduce downtime and costs.
The machines also support long-term goals of sustainability, scalability, and futureproofing, using energy-efficient, recyclable components and allowing upgrades for new products or payments. User experience is central, with clear interfaces, multilingual support, and accessibility for disabled passengers. Overall, the process delivers robust, user-friendly, and cost-effective TVMs that will remain a reliable backbone of the transport network.
Lot 3: Electronic Ticket Machines
The ETM Lot covers the supply, installation, and maintenance of Electronic Ticket Machines for public transport. Machines must support ITSO smartcards, EMV contactless, mobile ticketing (QR, barcode, NFC), and cash, while integrating with back-office systems for revenue and data exchange in line with ITSO, PCI-DSS, and BODS. They should be reliable, user-friendly, process transactions quickly, adapt to future needs, and link with Intelligent Transport Systems for real-time information and vehicle tracking.
Suppliers will ensure strong project delivery from design and testing to deployment and lifecycle support, including staff training, spares, and repairs. Defined SLAs cover uptime, fault resolution, and updates. Security requires encryption, key management, and compliance with financial and data protection standards. Ongoing monitoring, reporting, and proactive updates are expected to maintain performance and meet evolving passenger needs.
Lot 4: Accessible Rail Information And Support Units
Accessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendly information about train times, routes, facilities, and accessibility features both online and at stations. These units also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promote inclusivity, and make public transport a safe and welcoming option for everyone.
Lot 5: Transport And Data Managed Services
The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden of managing complex systems in-house, all while maintaining compliance, security, and performance standards.
This Lot has 7 Parts:
Lot 5 - Part 1. Journey Planning Managed Service
Lot 5 - Part 2. Consultancy Support Managed Service
Lot 5 - Part 3. Operational Data Evaluation Managed Service
Lot 5 - Part 4. Entitlement Travel Managed Service
Lot 5 - Part 5. Operator Support Managed Service
Lot 5 - Part 6. Scholars Travel Managed Service
Lot 5 - Part 7. Commercial Travel Managed Service
Commercial tool
Establishes an open framework
Lot 1. RTPI Content Management Systems (CMS)
Description
The RTPI CMS Lot within the Framework focuses on the provision, installation, and maintenance of a Content Management System for Real Time Passenger Information (RTPI) services. The solution must be supplier-agnostic, compatible with industry standards, and capable of integrating with various data sources such as GTFS, SIRI, BODS, and RSS. Core functions include generating and distributing content, ranging from real-time transport schedules to multimedia advertising across Passenger Information Displays (PIDs). The system must support sophisticated management features via a web based portal, enabling authorised users to customise layouts, control content, manage access rights, and handle multilingual messaging. Technical requirements also emphasise scalability, open interfaces, cloud hosting, and robust security aligned with
GDPR and industry best practices. The CMS must incorporate monitoring, fault management, and reporting tools to ensure continuous service quality.
Delivery and operational requirements demand processes for commissioning, testing, migration, and ongoing maintenance. This includes defined backup and recovery standards, structured PID interfacing using the RTiG CMS to PID Interface Protocol, and
clear documentation practices. Testing phases encompass integration, factory, user acceptance, and site acceptance tests, alongside a silent running period to verify system stability. The supplier must adopt formal project management methods, provide comprehensive training, and meet strict service levels and KPIs. Ongoing operations require high levels of system availability, regular capacity planning, software updates, and
continuous audit trails. The Fault Management System must allow for proactive monitoring, logging, and resolution of issues, while ensuring operational transparency through monthly reporting and maintenance reviews.
Lot 2. Ticket Vending Machines
Description
The Ticket Vending Machine (TVM) Lot within the Framework is centered on ensuring modern, reliable, and accessible equipment that aligns with operational and customer service goals. The document outlines the technical requirements, emphasizing durability, compliance with accessibility standards, and integration with existing transport systems. A key outcome is the selection of machines that support a wide range of payment options, including contactless cards, mobile payments, and traditional cash handling, which ensures inclusivity for all passenger demographics. Additionally, the procurement process
has prioritized machines with strong cybersecurity features, remote monitoring capabilities, and straightforward maintenance processes to minimize downtime and operating costs.
Another important outcome is the alignment of the TVMs with long-term strategic objectives such as sustainability, scalability, and future-proofing. The chosen machines will need to meet environmental standards, with energy-efficient components and
recyclable materials, while also offering flexibility for future upgrades such as new ticketing products or additional payment methods. User experience is a central consideration, with interfaces designed for clarity, multilingual support, and accessible features for passengers with disabilities. Overall, the procurement process has delivered outcomes that balance technical robustness, customer usability, and value for money,
ensuring that the TVMs can serve as a reliable backbone of the transport network for years to come.
Lot 3. Electronic Ticket Machines
Description
This Framework Lot is seeking the provision of Fixed ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment.
Fixed ETMs are important in enabling a passenger to board and pay for transport, via multiple methods including ITSO Smart Cards, Contactless EMV, Tap-On Tap-Off (ToTo), ABT, Electronic Tokens, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.
Fixed ETMs can come in a range of sizes and types from large single fixed ETMs on baseplates, to smaller split ETMs with no baseplates, as well as component based systems involving a fixed ETM complemented by additional Tap Off Readers or other
equipment throughout a vehicle.
Fixed ETMs are usually used in safe, dry environments such as on-bus or in an office, but may be interchangeable with other vehicles where the same baseplates (where relevant) are used.
Fixed ETMs can be supported by a range of support software and licences to provide additional services to the customer. These can include areas such as a dynamic back office system, real time vehicle location, SIRI feeds for Real Time Passenger Information
display systems, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, BODs Compliance, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence,
Traffic Light Priority Control, and Multiple Payment Systems to name but a few.
This Framework Lot is seeking to host a number of Fixed ETM types, sizes, configurations as well as support equipment, services and licences to enable the Users of the Framework to
have a wide choice of supply options.
This Framework Lot is seeking to host a number of ETM Suppliers for passenger transport services, who are committed to partnership working and the application of ITSO, EMV, ABT,
Barcode and other forms of electronic ticketing for passengers.
This Framework Lot will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities
in England, Wales, Scotland, and Northern Ireland as well as National Transport Bodies such as Transport for Wales, Transport Scotland, Translink and the Department for Transport.
It will also be available for use by any bus/rail/tram/ferry operator in the UK.
Lot 4. Accessible Rail Information And Support Units
Description
Accessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendly
information about train times, routes, facilities, and accessibility features both online and at stations. These units will also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promote
inclusivity, and make public transport a safe and welcoming option for everyone.
Lot 5. Transport and Data Managed Services
Description
The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden of
managing complex systems in-house, all while maintaining compliance, security, and performance standards.
This Lot has 7 Parts:
Lot 5 - Part 1. Journey Planning Managed Service
Lot 5 - Part 2. Consultancy Support Managed Service
Lot 5 - Part 3. Operational Data Evaluation Managed Service
Lot 5 - Part 4. Entitlement Travel Managed Service
Lot 5 - Part 5. Operator Support Managed Service
Lot 5 - Part 6. Scholars Travel Managed Service
Lot 5 - Part 7. Commercial Travel Managed Service
Framework
Open framework scheme end date (estimated)
4 February 2034
Maximum percentage fee charged to suppliers
3%
Further information about fees
The standard fee charged to Suppliers is 3%. Where an Order is of a significantly high value, this may be negotiated to a capped total instead, with the equivalent % thereafter provided as a discount to the Buyer.
Framework operation description
Prices have been submitted by Suppliers as part of the Framework Award process. Where a Buyer asks SAM to use the Framework for goods or services which can fully be met by multiple Suppliers on a Framework Lot, then SAM will provide the Buyer with a report covering Options helping them to identify the most advantageous Supplier. If the Buyer is satisfied, then they will be able to undertake a Direct Award. Alternatively, a Buyer may request data from SAM for them to undertake their own Supplier comparison.
Where a Buyer wishes to ask Suppliers on the Lot directly to cost a Buyers specific requirements, then SAM may run a Further Competition for the Buyer to determine that for them. All Suppliers who are expected to meet the Buyers criteria will be invited to participate - unless the Supplier has notified SAM otherwise. Alternatively, the Buyer may seek to undertake a Further Competition directly.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Scottish Local Authorities
Scottish Government & Executive Agencies
Transport Scotland
Scottish Regional Transport Partnerships
Unitary Authorities in Wales
Welsh Government & Executive Agencies
Transport for Wales
Welsh Transport Partnerships
Wales Transport Commissions
Metropolitan District Councils in England
Unitary Authorities in England
County Councils in England
Mayoral Authorities in England
Combined Authorities in England
City Regions in England
London Borough Councils
Other Transport Bodies
Transport for London
Department for Transport
District Borough and City Councils
Councils in Northern Ireland
All Transport Bodies in Northern Ireland
Translink
Any other Public Sector body in the UK with an interest in transport or any UK transport operator
All Rail TOCs in the UK
Rail Delivery Group acting through ATOC Ltd and working in conjunction with partners
Any Member of SAM at the time they wish to Call-Off from the Framework. See www.talktosam.co.uk.
Contract 1. Lot 1. RTPI Content Management Systems (CMS)
Lots
Lot 1. RTPI Content Management Systems (CMS)
Suppliers (4)
Contract value
- £20,000,000 excluding VAT
- £24,000,000 including VAT
Framework lot values may be shared with other lots
Above the relevant threshold
Date signed
12 January 2026
Contract dates
- 12 January 2026 to 11 January 2034
- 8 years
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full.
CPV classifications
- 30230000 - Computer-related equipment
- 48000000 - Software package and information systems
- 60140000 - Non-scheduled passenger transport
Contract locations
- UK - United Kingdom
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Basic Performance Standards | The full SLA Requirements are detailed within the Framework Document Appendix D. The basic Performance Standards include: 1. System Hours of Operation - The CMS System shall be available 24 hours per... |
12 months |
| Availability of the CMS Solution in the Live Environment | The availability of the CMS Solution in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the CMS solution is available to enable full operation of all PID and... |
12 months |
| Incident Resolution | How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table. |
12 months |
| Payment of Management Fee | Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off. |
12 months |
Signed contract documents
2025.12.15 Lot 1 Fara Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 1 Journeo Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 1 Vix Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lots 1 & 2 The Hub Framework - Signed.pdf
Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
Contract 2. Lot 2: Ticket Vending Machines
Lots
Lot 2. Ticket Vending Machines
Suppliers (3)
Contract value
- £20,000,000 excluding VAT
- £24,000,000 including VAT
Framework lot values may be shared with other lots
Above the relevant threshold
Date signed
13 January 2026
Contract dates
- 13 January 2026 to 12 January 2034
- 8 years
Main procurement category
Goods
Options
The right to additional purchases while the contract is valid.
Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full.
CPV classifications
- 30231000 - Computer screens and consoles
- 34940000 - Railway equipment
- 34980000 - Transport tickets
- 48000000 - Software package and information systems
Contract locations
- UK - United Kingdom
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Basic Performance Standards | The full SLA Requirements are detailed within the Framework Call-Off Schedule 14 Annex A. The basic Performance Standards include: 1. System Hours of Operation - The TVMs shall be available 24 hours... |
12 months |
| Availability of the TVM in a Live Environment | The availability of the TVM in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the TVM solution is available to enable full operation, wider messaging and to... |
12 months |
| Incident Resolution | How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table. |
12 months |
| Payment of Management Fee | Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off. |
12 months |
Signed contract documents
2025.12.15 Lot 2 Cammax Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 2 Worldline Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lots 1 & 2 The Hub Framework - Signed.pdf
Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
Contract 3. Lot 3. Electronic Ticket Machines
Lots
Lot 3. Electronic Ticket Machines
Supplier
Contract value
- £20,000,000 excluding VAT
- £20,000,000 including VAT
Framework lot values may be shared with other lots
Above the relevant threshold
Date signed
19 January 2026
Contract dates
- 19 January 2026 to 18 January 2034
- 8 years
Main procurement category
Goods
Options
The right to additional purchases while the contract is valid.
Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full.
CPV classifications
- 34980000 - Transport tickets
Contract locations
- UK - United Kingdom
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Basic Performance Standards | The full SLA Requirements are detailed within the Framework Call Off schedule 14 Annex A and Section 13 of the ETM Technical Requirements Document. The basic Performance Standards include: 1. System... |
12 months |
| The availability of the ETM in the Live Environment | The availability of the ETM in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the ETM solution is available to enable full operation, wider messaging and to... |
12 months |
| Incident Resolution | How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table. |
12 months |
| Payment of Management Fee | Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off. |
12 months |
Signed contract documents
2025.01.29 Lot 3 Arrive Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 3 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
Contract 4. Lot 4. Accessible Rail Information And Support Units
Lots
Lot 4. Accessible Rail Information And Support Units
Suppliers (5)
- GLOBAL DISPLAY SOLUTIONS LIMITED
- KADFIRE LIMITED
- TEW ENGINEERING LTD
- THE HUB COMPANY LIMITED
- THE SM@RT GROUP LTD
Contract value
- £20,000,000 excluding VAT
- £24,000,000 including VAT
Framework lot values may be shared with other lots
Above the relevant threshold
Date signed
5 January 2026
Contract dates
- 5 January 2026 to 4 January 2034
- 8 years
Main procurement category
Goods
Options
The right to additional purchases while the contract is valid.
Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full.
CPV classifications
- 30231100 - Computer terminals
- 30231200 - Consoles
- 30231300 - Display screens
- 30231310 - Flat panel displays
- 30231320 - Touch screen monitors
- 34940000 - Railway equipment
- 48000000 - Software package and information systems
- 60210000 - Public transport services by railways
Contract locations
- UK - United Kingdom
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Basic Performance Standards | The full SLA Requirements are detailed within the ARISU Requirements Document. The basic Performance Standards include: 1. System Hours of Operation - The ARISUs shall be available 24 hours per day, 7... |
12 months |
| Availability of the ARISU in the Live Environment | The availability of the ARISU in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the ARISU solution is available to enable full operation, wider messaging and to... |
12 months |
| Incident Resolution | How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table. |
12 months |
| Payment of Management Fee | Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off. |
12 months |
Signed contract documents
F4 ARISU Framework Award Document - GDS Signed.pdf
Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
F4 ARISU Framework Award Document - Kadfire Signed.pdf
Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
F4 ARISU Framework Award Document - LB Foster Signed.pdf
Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
F4 ARISU Framework Award Document - Sm@rt Technology Signed.pdf
Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
F4 ARISU Framework Award Document - The Hub Signed.pdf
Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
Contract 5. Lot 5 - Transport and Data Managed Services
Lots
Lot 5. Transport and Data Managed Services
Suppliers (5)
- HUDDL MOBILITY LIMITED
- NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED
- SMART APPLICATIONS MANAGEMENT LIMITED
- Theoremus AD
- TRAFI LIMITED
Contract value
- £20,000,000 excluding VAT
- £24,000,000 including VAT
Framework lot values may be shared with other lots
Above the relevant threshold
Date signed
12 January 2026
Contract dates
- 12 January 2026 to 11 January 2034
- 8 years
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full.
CPV classifications
- 34980000 - Transport tickets
- 48000000 - Software package and information systems
- 60140000 - Non-scheduled passenger transport
- 72200000 - Software programming and consultancy services
Contract locations
- UK - United Kingdom
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Basic Performance Standards | The full SLA Requirements are detailed within the Framework Call Off. The basic Performance Standards include: 1. System Hours of Operation - The Systems shall be available 99% available at core times.... |
12 months |
| The availability of the Service in the Live Environment. | The availability of the Service in the Live Environment. The KPI has a minimum target of 99.00% full availability, meaning the solution is available to enable full operation and reporting with... |
12 months |
| Incident Resolution | How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table. |
12 months |
| Payment of Management Fee | Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off. |
12 months |
Signed contract documents
2025.12.15 Lot 5 P1 National PTI Framework Award [1 of 2] Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Awards with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 5 P1 National PTI Framework Award [2 of 2] Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Awards with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 5 P1 Trafi Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 5 P3 Cityswift Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 5 P3 Theoremus Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
2025.12.15 Lot 5 P4,5,6,7 SAM Framework Award - Signed.pdf
Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Suppliers
CAMMAX LIMITED
- Companies House: 03803278
- Public Procurement Organisation Number: PQZJ-1522-GCBR
Unit 2a Willowbridge Way
Castleford
WF10 5NP
United Kingdom
Email: tenders@cammaxlimited.co.uk
Website: http://www.cammaxlimited.co.uk
Region: UKE45 - Wakefield
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 2. Lot 2: Ticket Vending Machines
FARA AS
- Public Procurement Organisation Number: PYDX-5614-VZNV
Falkenborgvegen 36A
Trondheim
7044
Norway
Email: thomas.bachpetersen@fara.no
Website: https://fara.no
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Lot 1. RTPI Content Management Systems (CMS)
FLOWBIRD TRANSPORT LIMITED
- Companies House: 01232487
- Public Procurement Organisation Number: PZJH-5743-MXVT
10 Willis Way
Poole
BH15 3SS
United Kingdom
Email: uk-bids@flowbird.group
Website: https://www.flowbird.com/
Region: UKK24 - Bournemouth, Christchurch and Poole
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 3. Lot 3. Electronic Ticket Machines
GLOBAL DISPLAY SOLUTIONS LIMITED
- Companies House: 07017740
- Public Procurement Organisation Number: PVPD-2483-WDPG
Unit 9 Bss House
Swindon
SN2 2PJ
United Kingdom
Email: tenders@gds.com
Website: https://www.gds.com/
Region: UKK14 - Swindon
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 4. Lot 4. Accessible Rail Information And Support Units
HUDDL MOBILITY LIMITED
- Companies House: FC041121
- Public Procurement Organisation Number: PJLX-8736-JWJY
Portershed 1 Bowling Green
Galway City
H91HE9E
Ireland
Email: finance@cityswift.com
Website: https://www.cityswift.com/
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 5. Lot 5 - Transport and Data Managed Services
JOURNEO PLC
- Companies House: 02974642
- Public Procurement Organisation Number: PLNX-3896-ZGGX
12 Charter Point Way
Ashby-De-La-Zouch
LE65 1NF
United Kingdom
Email: tenders@journeo.com
Region: UKF22 - Leicestershire CC and Rutland
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Lot 1. RTPI Content Management Systems (CMS)
KADFIRE LIMITED
- Companies House: 03039624
- Public Procurement Organisation Number: PZGN-5523-QYVN
61 Richmond Road
Twickenham
TW1 3AW
United Kingdom
Email: tenders@kadfire.com
Website: http://www.kadfire.com
Region: UKI75 - Hounslow and Richmond upon Thames
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 4. Lot 4. Accessible Rail Information And Support Units
NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED
- Companies House: 04134242
- Public Procurement Organisation Number: PDJG-2456-CRTZ
101a Davy Road
Plymouth
PL6 8BX
United Kingdom
Email: busopendata@nationalpti.co.uk
Website: http://www.nationalpti.co.uk
Region: UKK41 - Plymouth
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 5. Lot 5 - Transport and Data Managed Services
SMART APPLICATIONS MANAGEMENT LIMITED
- Companies House: 10303587
- Public Procurement Organisation Number: PJPV-5923-GRTP
Second Floor, Cobourg House
Plymouth
PL1 1QX
United Kingdom
Email: sales@talktosam.co.uk
Region: UKK41 - Plymouth
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 5. Lot 5 - Transport and Data Managed Services
TEW ENGINEERING LTD
- Companies House: 01134730
- Public Procurement Organisation Number: PQJL-8634-JHHD
5 Osborne Terrace
Newcastle Upon Tyne
NE2 1SQ
United Kingdom
Email: ptoseland@lbfoster.com
Website: http://Lbfoster.com
Region: UKC22 - Tyneside
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 4. Lot 4. Accessible Rail Information And Support Units
THE HUB COMPANY LIMITED
- Companies House: 03759347
- Public Procurement Organisation Number: PHHY-3829-QTDZ
1 Montrose Villas
London
W6 9TT
United Kingdom
Email: dubem@thehub.co.uk
Website: http://www.thehub.co.uk
Region: UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Lot 1. RTPI Content Management Systems (CMS)
Contract 2. Lot 2: Ticket Vending Machines
Contract 4. Lot 4. Accessible Rail Information And Support Units
THE SM@RT GROUP LTD
- Companies House: 12436459
- Public Procurement Organisation Number: PTBG-4139-DWDG
Suite 3 Waterside Business Centre,
Leigh
WN7 4DB
United Kingdom
Email: steve.p@smart-grid.uk
Region: UKD36 - Greater Manchester North West
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 4. Lot 4. Accessible Rail Information And Support Units
Theoremus AD
- Public Procurement Organisation Number: PPCD-5762-BYDR
22 San Stefano, block 4, fl. 7
Sofia
1504
Bulgaria
Email: mkendrick@theoremus.com
Website: http://www.theoremus.com
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 5. Lot 5 - Transport and Data Managed Services
TRAFI LIMITED
- Companies House: 09326640
- Public Procurement Organisation Number: PDRN-7892-YBWT
Menzies Llp, 2nd Floor, Magna House
Staines-Upon-Thames
TW18 4BP
United Kingdom
Email: daniel.stead@trafi.com
Website: http://www.trafi.com
Region: UKJ25 - West Surrey
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 5. Lot 5 - Transport and Data Managed Services
VIX TECHNOLOGY UK LIMITED
- Companies House: 03039051
- Public Procurement Organisation Number: PMJL-5169-MRDN
Ridgecourt The Ridge
Surrey
KT18 7EP
United Kingdom
Email: uk.tenders@vixtechnology.com
Website: http://www.vixtechnology.com
Region: UKJ26 - East Surrey
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Lot 1. RTPI Content Management Systems (CMS)
WORLDLINE IT SERVICES UK LIMITED
- Companies House: 08514184
- Public Procurement Organisation Number: PZDC-4647-GCGJ
Beeston Business Park, 1 Technology Drive
Nottingham
NG9 1LA
United Kingdom
Email: WLopportunities@worldline.com
Website: https://worldline.com/en-gb/home
Region: UKF16 - South Nottinghamshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 2. Lot 2: Ticket Vending Machines
Contracting authority
SOUTH WEST SMART APPLICATIONS LIMITED
- Companies House: 07205882
- Public Procurement Organisation Number: PXRH-2169-YCGM
14 High Cross
Truro
TR1 2AJ
United Kingdom
Region: UKK30 - Cornwall and Isles of Scilly
Organisation type: Public authority - sub-central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
TIM RIVETT CONSULTING LTD
Summary of their role in this procurement: Tender Advisor and Assessor
- Companies House: 10092263
- Public Procurement Organisation Number: PPXR-9114-NVLH
36 Fields End Oxspring
Sheffield
S36 8WH
United Kingdom
Email: tim@timrivett.co.uk
Website: http://www.timrivett.co.uk
Region: UKE31 - Barnsley, Doncaster and Rotherham
RAIL DELIVERY GROUP LIMITED
Summary of their role in this procurement: Advisor and Assessor
- Companies House: 08176197
- Public Procurement Organisation Number: PMXW-9895-MJXN
First Floor North
London
EC4V 3DS
United Kingdom
Region: UKI31 - Camden and City of London
SYSTRA LIMITED
Summary of their role in this procurement: Assessor
- Companies House: 03383212
- Public Procurement Organisation Number: PDCT-9245-NWYG
3rd Floor, 1 Carey Lane
London
EC2V 8AE
United Kingdom
Email: tenders_uk@systra.com
Website: http://www.systra.com
Region: UKI31 - Camden and City of London