Opportunity

Tower Bridge Ticketing System

  • City of London Corporation

F02: Contract notice

Notice reference: 2023/S 000-015636

Published 2 June 2023, 8:50am



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Robert.Pine@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tower Bridge Ticketing System

Reference number

itt_COL_17113

two.1.2) Main CPV code

  • 48110000 - Point of sale (POS) software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of the Tower Bridge Ticketing System contract.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Tower Bridge, Tower Bridge Rd, London, SE1 2UP

two.2.4) Description of the procurement

The City of London Corporation (the City) invites Tenders for the provision of the Tower Bridge Ticketing System.

Tower Bridge is a popular ticketed tourist attraction, welcoming around 800,000 visitors a year. Visitors purchase entry tickets in advance or at the ticket office on the day of their visit. Ticketing income is around £4m per year.

A new ticketing system is required which can manage.

• Ticket sales (online and on site). Self-guided visits, tours and special events

• Group tours

• School bookings

• Communicating with visitors

• Reporting

• API integration with travel trade providers

The requirements of the Tower Bridge Ticketing System are detailed in (Appendix A)” which relating to this ITT. It contains a summary of the most common needs, desired features, and requests of each area of the attraction, along with space for your responses. The selected vendor will be capable of providing all the services and any additional services listed in the Technical Requirements (Appendix A).

The scope of services should include all software, hardware, and services required to support the implementation (including training and user manuals), data migration, support, and ongoing development.

The duration of the contract is 5 years and will commence on the 1st March 2024, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 7 years.

The estimated value of the contract for 5 years is £345,000.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

5

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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


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.2.2) Time limit for receipt of tenders or requests to participate

Date

3 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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register their interest on the system in order to participate, registration is free.

The estimated value given at II.1.5) is for the full duration of the contract including the maximum possible extensions.

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.1) Review body field of this contract award notice

London

Country

United Kingdom