Section one: Contracting authority
one.1) Name and addresses
Smart Applications Management
Floor 2, Cobourg House, 32 Mayflower Street
Plymouth
PL11QX
Contact
Andrew Seedhouse
andrew.seedhouse@talktosam.co.uk
Telephone
+44 7807043222
Country
United Kingdom
NUTS code
UKK41 - Plymouth
Companies House
South West Smart Applications Limited
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Smart and ticketing solutions and wider applications for transportation networks.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ITSO AMS HOPS, ITSO Part 11, and Account Based Ticketing (ABT) Systems, Development and Services
Reference number
SAM 005: NMPH Framework 5
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
- MA03 - For buses
- MA08 - For railway use
- MA12 - For urban transport
- MA14 - For boats
- TA36 - For transport tickets
two.1.3) Type of contract
Services
two.1.4) Short 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 seeking the provision of multiple Software as a Service Lots providing ITSO AMS HOPS, ITSO Part 11, and Account Based Ticketing (ABT) Systems, Development and Services.
Framework Lot 1 is for the provision of an ITSO AMS-HOPS, which is the core ITSO component which acts as the key conduit between all other elements of an ITSO and wider ticketing System. There is a great importance on the ability of the system to provide a reliable means of generating, hosting and exchanging data between various ITSO components based on open transparent interfaces, but which at the same time ensures that there is full transparency of the activities which is undertaken through user accessible views into the HOPS and high quality reporting outputs.
Framework Lot 2 is for the provision of an ITSO Part 11 Service which enables the travelling customer to download smart products or top ups immediately to a remote device such as an NFC enabled phone. The Part 11 solution also opens up a number of other retail channels and collection points providing the customer with a comprehensive network of retail sales and fulfilment.
Framework Lot 3 is for the provision of an Account Based Ticketing (ABT) Back Office System, which is a core platform to allow customers to enjoy best value travel, irrespective of mode, when travelling on public transport in a defined area. The ABT system will, as a minimum, collate and record ITSO based travel attributed to a registered or non registered customer, and calculate fares and capped charges due from customers, as well as providing the mechanism to calculate revenue apportionment between operators.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
ITSO AMS HOPS
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- MA03 - For buses
- MA08 - For railway use
- MA09 - For transport
- MA12 - For urban transport
- MA14 - For boats
- 60140000 - Non-scheduled passenger transport
- 60210000 - Public transport services by railways
- 72220000 - Systems and technical consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The AMS-HOPS is the core ITSO component which acts as the key conduit between all other elements of the ITSO System and wider Ticketing environment. There is a great importance on the ability of the system to provide a reliable means of generating, hosting and exchanging data with various ITSO and non-ITSO components through both defined and open APIs, but which at the same time ensures that there is full transparency of the activities which is undertaken through user accessible views into the HOPS and high quality reporting and data outputs.
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
48
This contract is subject to renewal
Yes
Description of renewals
Because of the specialist nature of the technology and interface requirements, the Framework Agreement may be renewed for up to 2 additional 12 month periods - making a maximum Framework length of 72 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An agreement term may be extended from a standard 48 month term, by up to 2 x 12 month periods, making the maximum agreement term available 72 months.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
A copy of the ITT with all bidding information can be obtained by request, by emailing: procurement@nationalmobilitiesprocurementhub.co.uk
two.2) Description
two.2.1) Title
ITSO Part 11 Service
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- MA03 - For buses
- MA08 - For railway use
- MA09 - For transport
- MA12 - For urban transport
- MA14 - For boats
- TA36 - For transport tickets
- 60140000 - Non-scheduled passenger transport
- 60210000 - Public transport services by railways
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
An ITSO Part 11 solution enables the customer to download smart products or top ups immediately to a remote device such as an NFC enabled phone or a smartcard via an NFC enabled phone.
An ITSO Part 11 solution also enables a number of other retail channels and collection points to provide the customer with a comprehensive network of retail sales and almost immediate fulfilment to their smartcard.
The Part 11 solution will work in a number of ways, with a variety of links into scheme solutions being possible to support the customer with a range of key functionality, including:
1. For the customer - to be offered a seamless and instantaneous option for purchasing new products and topping up existing ones.
2. For the scheme - to have immediate and varied retail options that integrate and interact with 3rd party systems providing customer and card information including automatic fulfilment of ITSO tickets purchased and topped up.
3. For any ITSO smart product - on any Card Media to be delivered through Supplier delivered media and product configuration tools by the SAM Member.
4. The ability for the payment options and requirements to be managed under the control of SAM Members predefined business rules.
5. Clear and consistent branding options, accessible, easy navigation and appropriate security.
6. The provision of Client Software to facilitate testing SAM Member customer services and small scale scheme support by providing links to the back office systems which will allow SAM Members to add products to smart cards.
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
48
This contract is subject to renewal
Yes
Description of renewals
Because of the specialist nature of the technology and interface requirements, the Framework Agreement may be renewed for up to 2 additional 12 month periods - making a maximum Framework length of 72 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An agreement term may be extended from a standard 48 month term, by up to 2 x 12 month periods, making the maximum agreement term available 72 months.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
A copy of the ITT with all bidding information can be obtained by request, by emailing: procurement@nationalmobilitiesprocurementhub.co.uk
two.2) Description
two.2.1) Title
Account Based Ticketing (ABT) Back Office System
Lot No
3
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- MA03 - For buses
- MA08 - For railway use
- MA09 - For transport
- MA12 - For urban transport
- MA14 - For boats
- TA36 - For transport tickets
- 60140000 - Non-scheduled passenger transport
- 60210000 - Public transport services by railways
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
A key part of the role of SAM Members is to encourage public transport users and potential users to travel sustainably using public transport across all modes including buses, metro, rail and ferries. Customer research shows that a barrier to travel can be the complexity of ticket offerings that are available.
SAM wishes to provide for its members, an ability to call-off Software to move their current ticketing proposition, such as Pay As You Go (PAYG) from a "Truth on Card" solution i.e. where the capping takes place dynamically on the card and the customer can always see their balance, to one where the fare and capping calculations are carried out in a back office system - "Truth on Server".
The reasons for this move include the fact only a small number of caps can be supported under a current PAYG solution, where "Truth on Server" would allow for an unlimited number of caps to be applied across modes and operators. In addition, this technology update would result in PAYG being capable of being accepted on rail.
We are seeking back-office suppliers to work with SAM Members to develop and implement a core system that will allow the transition from a PAYG product to a Truth on Server solution.
Initially the transaction types will be ITSO based, as ITSO is the common standard that is installed on all public transport for all SAM Members. In common with other areas, we would expect the solution to demonstrate an understanding of other potential ticketing tokens for a full Account Based Ticketing platform.
The new back-office system will be the core system as it will be needed to receive details of customer journeys and be able to calculate fares due and appropriate caps to be paid.
In addition, the system will need to be able to calculate the amounts due to operators as a result of their participation within the scheme. The nature of cap calculations and operator reimbursement will need to be varied so will have to be based upon configurable rules.
It is expected that potential suppliers will need to have proven and mature technology solutions for the outcomes sought with fully supported and managed digital services that we can integrate into our existing digital platforms.
While some public transport is operated directly by a SAM Member, other elements are operated by independent bus and rail companies. The system will need to interact with these external systems with the minimum of disruption to third party public transport suppliers.
Key functionality we are looking to include are:
• Receipt of ITSO based journey transactions including Tap On/Tap Off when available.
• Processing of ITSO Tap Off messages on bus.
• Holding of fare tables/access to fare tables for all public transport modes.
• Fares to be able to use innovate fare calculation methods such as distance-based fares.
• Holding of fare caps.
• Fare caps to be able to be calculated across different capping periods including days, weeks, and longer periods to be defined.
• Fare caps to be available for individual operators, modes as well as multi operator and multimodal caps.
• Caps may also be set by other factors such as time of day or other parameters including avoiding peak routes.
• Management reports available to the SAM Member and individual operators.
• Support registered and unregistered customers.
• Apply different levels of caps based upon a concession held by a customer eg child.
• Be able to flag up when an account is considered to have a low balance so that certain systems can notify the customer of that fact.
• Be able to identify when an account is in arrears and the relevant product needs to be blocked. This may vary for registered and unregistered customers.
• Processing of late data received from operators together with customer challenges and Tap completions to ensure that caps charged, and operator reimbursement reflect the updated view.
• Calculate reimbursement due to operators according to definable business rules which may include top slicing of individual or pooled cap revenue, distribution by mode or operator according to any of the parameters known to the system.
• Integrate with existing customer systems provided by a SAM Member including revenue collection and customer messaging as well as app and web portal interaction. Depending on the solution chosen we may need the provider to supply a customer processing element as part of the solution.
• Secure accessible and robust APIs.
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
48
This contract is subject to renewal
Yes
Description of renewals
Because of the specialist nature of the technology and interface requirements, the Framework Agreement may be renewed for up to 2 additional 12 month periods - making a maximum Framework length of 72 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An agreement term may be extended from a standard 48 month term, by up to 2 x 12 month periods, making the maximum agreement term available 72 months.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
A copy of the ITT with all bidding information can be obtained by request, by emailing: procurement@nationalmobilitiesprocurementhub.co.uk
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
A Selection Questionnaire is included in the ITT which details the conditions.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The specialist nature of the Services being sought.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-009722
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 July 2023
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 July 2023
Local time
12:10pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The National Mobilities Procurement Hub (NMPH) is a national resource for all UK based Public Sector Bodies, with a Transport responsibility or interest; as well as for all bus and rail operators in the UK.
For the avoidance of doubt, the Framework has been developed for the following public sector organisations as a minimum:
Scottish Local Authorities
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Inverclyde Council
Midlothian Council
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
The Highland Council
The Moray Council
West Dunbartonshire Council
West Lothian Council
Scottish Government & Executive Agencies
Scottish Government
Transport Scotland
Scottish Regional Transport Partnerships
Shetland Transport Partnership (ZetTrans)
Highlands and Islands Transport Partnership (HITRANS)
North-East of Scotland Transport Partnership (NESTRANS)
Tayside and Central Scotland Transport Partnership (TACTRAN)
South-East of Scotland Transport Partnership (SESTRAN)
Strathclyde Partnership for Transport (SPT)
South-West of Scotland Transport Partnership (Swestrans)
Unitary Authorities in Wales
Blaenau Gwent County Borough Council
Bridgend County Borough Council
Caerphilly County Borough Council
Cardiff Council
Carmarthenshire County Council
Ceredigion County Council
Conwy County Borough Council
Denbighshire County Council
Flintshire County Council
Gwynedd Council
Isle of Anglesey County Council
Merthyr Tydfil County Borough Council
Monmouthshire County Council
Neath Port Talbot County Borough Council
Newport City Council
Pembrokeshire County Council
Powys County Council
Rhondda Cynon Taf County Borough Council
City and County of Swansea
The Vale of Glamorgan County Borough Council
Torfaen County Borough Council
Wrexham County Borough Council
Welsh Government & Executive Agencies
Welsh Government
Transport for Wales
Welsh Transport Partnerships
South East Wales Transport Commission
North Wales Transport Commission
Metropolitan District Councils in England
Barnsley Borough Council
Birmingham City Council
Bolton Borough Council
Bradford City Council
Bury Borough Council
Calderdale Borough Council
Coventry City Council
Doncaster Borough Council
Dudley Borough Council
Gateshead Borough Council
Kirklees Borough Council
Knowsley Borough Council
Leeds City Council
Liverpool City Council
Manchester City Council
North Tyneside Borough Council
Newcastle Upon Tyne City Council
Oldham Borough Council
Rochdale Borough Council
Rotherham Borough Council
South Tyneside Borough Council
Salford City Council
Sandwell Borough Council
Sefton Borough Council
Sheffield City Council
Solihull Borough Council
St Helens Borough Council
Stockport Borough Council
Sunderland City Council
Tameside Borough Council
Trafford Borough Council
Wakefield City Council
Walsall Borough Council
Wigan Borough Council
Wirral Borough Council
Wolverhampton City Council
Unitary Authorities in England
Bath and North East Somerset Council
Bedford Borough Council
Blackburn with Darwen Borough Council
Blackpool Council
Bournemouth, Christchurch and Poole Council
Bracknell Forest Borough Council
Brighton and Hove City Council
Bristol City Council
Buckinghamshire Council
Central Bedfordshire Council
Cheshire East Council
Cheshire West and Chester Council
Cornwall Council
Durham County Council
Darlington Borough Council
Derby City Council
Dorset Council
East Riding of Yorkshire Council
Halton Borough Council
Hartlepool Borough Council
Herefordshire Council
Isle of Wight Council
Hull City Council
Leicester City Council
Luton Borough Council
Medway Council
Middlesbrough Borough Council
Milton Keynes Council
North East Lincolnshire Council
North Lincolnshire Council
North Northamptonshire Council
North Somerset Council
Northumberland County Council
Nottingham City Council
Peterborough City Council
Plymouth City Council
Portsmouth City Council
Reading Borough Council
Redcar and Cleveland Borough Council
Rutland County Council
Shropshire Council
Slough Borough Council
Southampton City Council
Southend-on-Sea Borough Council
South Gloucestershire Council
Stockton-on-Tees Borough Council
Stoke-on-Trent City Council
Swindon Borough Council
Telford and Wrekin Borough Council
Thurrock Council
Torbay Council
Warrington Borough Council
West Berkshire Council
West Northamptonshire Council
Wiltshire Council
Windsor and Maidenhead Borough Council
Wokingham Borough Council
City of York Council
County Councils in England
Cambridgeshire County Council
Cumbria County Council
Derbyshire County Council
Devon County Council
East Sussex County Council
Essex County Council
Gloucestershire County Council
Hampshire County Council
Hertfordshire County Council
Kent County Council
Lancashire County Council
Leicestershire County Council
Lincolnshire County Council
Norfolk County Council
North Yorkshire County Council
Nottinghamshire County Council
Oxfordshire County Council
Somerset County Council
Staffordshire County Council
Suffolk County Council
Surrey County Council
Warwickshire County Council
West Sussex County Council
Worcestershire County Council
Combined Authorities in England
Cambridgeshire and Peterborough Combined Authority
Greater Manchester Combined Authority
Liverpool City Region Combined Authority
North East Combined Authority
North of Tyne Combined Authority
South Yorkshire Combined Authority
Tees Valley Combined Authority
West Midlands Combined Authority
West of England Combined Authority
West Yorkshire Combined Authority
Transport for the West Midlands
Nexus
Transport for Greater Manchester
London Borough Councils
Barking and Dagenham
Barnet
Bexley
Brent
Bromley
Camden
Croydon
Ealing
Enfield
Greenwich
Hackney
Hammersmith and Fulham
Haringey
Harrow
Havering
Hillingdon
Hounslow
Islington
Kensington and Chelsea
Kingston upon Thames
Lambeth
Lewisham
Merton
Newham
Redbridge
Richmond upon Thames
Southwark
Sutton
Tower Hamlets
Waltham Forest
Wandsworth
Westminster
Other Transport Bodies
Transport for London
Department for Transport
District, Borough and City Councils in England
Adur
Allerdale
Amber Valley
Arun
Ashfield
Ashford
Babergh
Barrow-in-Furness
Basildon
Basingstoke & Deane
Bassetlaw
Blaby
Bolsover
Boston
Braintree
Breckland
Brentwood
Broadland
Bromsgrove
Broxbourne
Broxtowe
Burnley
Cambridge
Cannock Chase
Canterbury
Carlisle
Castle Point
Charnwood
Chelmsford
Cheltenham
Cherwell
Chesterfield
Chichester
Chorley
Colchester
Copeland
Cotswold
Craven
Crawley
Dacorum
Dartford
Derbyshire Dales
Dover
East Cambridgeshire
East Devon
East Hampshire
East Hertfordshire
East Lindsey
East Staffordshire
East Suffolk
Eastbourne
Eastleigh
Eden
Elmbridge
Epping Forest
Epsom & Ewell
Erewash
Exeter
Fareham
Fenland
Folkestone and Hythe
Forest of Dean
Fylde
Gedling
Gloucester
Gosport
Gravesham
Great Yarmouth
Guildford
Hambleton
Harborough
Harlow
Harrogate
Hart
Hastings
Havant
Hertsmere
High Peak
Hinckley and Bosworth
Horsham
Huntingdonshire
Hyndburn
Ipswich
Kings Lynn & West Norfolk
Lancaster
Lewes
Lichfield
Lincoln
Maidstone
Maldon
Malvern Hills
Mansfield
Melton
Mendip
Mid Devon
Mid Suffolk
Mid Sussex
Mole Valley
North Devon
North East Derbyshire
North Hertfordshire
North Kesteven
North Norfolk
North West Leicestershire
North Warwickshire
New Forest
Newark & Sherwood
Newcastle-Under-Lyme
Norwich
Nuneaton & Bedworth
Oadby & Wigston
Oxford
Pendle
Preston
Redditch
Reigate & Banstead
Ribble Valley
Richmondshire
Rochford
Rossendale
Rother
Rugby
Runnymede
Rushcliffe
Rushmoor
Ryedale
Somerset West and Taunton
South Cambridgeshire
South Derbyshire
South Hams
South Holland
South Kesteven
South Lakeland
South Norfolk
South Oxfordshire
South Ribble
South Somerset
South Staffordshire
Scarborough
Sedgemoor
Selby
Sevenoaks
Spelthorne
St Albans
Stafford
Staffordshire Moorlands
Stevenage
Stratford on Avon
Stroud
Surrey Heath
Swale
Tamworth
Tandridge
Teignbridge
Tendring
Test Valley
Tewkesbury
Thanet
Three Rivers
Tonbridge & Malling
Torridge
Tunbridge Wells
Uttlesford
Vale of White Horse
Warwick
Watford
Waverley
Wealden
Welwyn Hatfield
West Devon
West Lancashire
West Lindsey
West Oxfordshire
West Suffolk
Winchester
Woking
Worcester
Worthing
Wychavon
Wyre
Wyre Forest
Councils in Northern Ireland
Antrim and Newtownabbey Borough Council
Ards and North Down Borough Council
Armagh City, Banbridge and Craigavon Borough Council
Belfast City Council
Causeway Coast and Glens Borough Council
Derry City and Strabane District Council
Fermanagh and Omagh District Council - Enniskillen Office
Lisburn and Castlereagh City Council
Mid and East Antrim Borough Council
Mid Ulster District Council - Dungannon
Newry, Mourne and Down District Council
Transport Bodies in Northern Ireland
Translink
And any other Public Sector body in the UK with an interest in Transport, or any UK transport operator.
Any organisation must be a Member of SAM at the time that their Order from the Framework is signed.
six.4) Procedures for review
six.4.1) Review body
Smart Applications Managment
2nd Floor, Cobourg House, 32 Mayflower Street
Plymouth
Pl11QX
procurement@nationalmobilitiesprocurementhub.co.uk
Country
United Kingdom