- Scope of the procurement
- Lot 1. ITSO Fixed Electronic Ticket Machines, Support Equipment and Related Services
- Lot 2. ITSO Handheld Electronic Ticket Machines, Support Equipment and Related Services
- Lot 3. ITSO Electronic Ticket Machines, Support Equipment and Related Services for an Exposed Environment
Section one: Contracting authority
one.1) Name and addresses
South West Smart Applications Ltd
2nd Floor, 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
07205882
Internet address(es)
Main address
Buyer's address
https://www.talktosam.co.uk/nmph/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.talktosam.co.uk/nmph/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.talktosam.co.uk/nmph/
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 integrated ticketing solutions and wider applications for transportation networks
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework 2: ITSO Electronic Ticket Machines, Support Equipment and Related Services
Reference number
SAM 002: NMPH Framework 2
two.1.2) Main CPV code
- 34980000 - Transport tickets
two.1.3) Type of contract
Supplies
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 ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment. The 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), Account Based Ticketing (ABT), Electronic Tokens, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.
ETMs come in a range of sizes and types from large single fixed ETMs on Bus, to Handheld ETMs, as well as component based systems involving a fixed ETM completed by additional Tap Off Readers throughout a vehicle. ETMs can also be configured to withstand outside working in exposed conditions.
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, Automatic Vehicle Location, Driver Messaging, Dynamic Seat Reservation, Schedule Page 4 to 30 Adherence, Traffic Light Priority Control, and Multiple Payment Systems to name but a few.
This Framework is seeking to host a number of 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 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 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. More detail of who the Framework is for, is outlined in Section VI.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
SAM may award a Lot or any combination of Lots to each successful framework supplier.
two.2) Description
two.2.1) Title
ITSO Fixed Electronic Ticket Machines, Support Equipment and Related Services
Lot No
1
two.2.2) Additional CPV code(s)
- 34980000 - Transport tickets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Any area covered by a SAM Member within England, Wales, Scotland, Northern Ireland.
two.2.4) Description of the procurement
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. More detail of who the Framework is for, is outlined in Section VI.
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 70 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 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 Handheld Electronic Ticket Machines, Support Equipment and Related Services
Lot No
2
two.2.2) Additional CPV code(s)
- 34980000 - Transport tickets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Any area covered by a SAM Member within England, Wales, Scotland, Northern Ireland.
two.2.4) Description of the procurement
This Framework Lot is seeking the provision of Handheld ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment.
Handheld ETMs are important in enabling a passenger to board and pay for transport. They may support a range of validation methods including, but not exclusive: ITSO Smart Cards, Contactless EMV, Tap-On Tap-Off (ToTo), Electronic Tokens, ABT, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.
Handheld ETMs can come in a range of sizes and types and may be complemented by additional equipment such as separate printers or Tap Off Readers throughout a vehicle or elsewhere.
Handheld ETMs may be used in safe, dry environments such as on-bus or in an office, but equally they are used outside of a vehicle and are therefore exposed to the UK weather. As such variants of Handhelds (or the provision of protective covers) capable of withstanding different operating environments are expected within this Lot.
Handheld ETMs can be supported by a range of support software and licences to provide additional services to the customer. These may include, but are not limited to areas such as: a dynamic back office system, real time vehicle location, SIRI feeds for Real Time Passenger Information display systems, BODs Compliance, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, 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 Handheld 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 Handheld 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. More detail of who the Framework is for, is outlined in Section VI.
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 70 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 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 Electronic Ticket Machines, Support Equipment and Related Services for an Exposed Environment
Lot No
3
two.2.2) Additional CPV code(s)
- 34980000 - Transport tickets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Any area covered by a SAM Member within England, Wales, Scotland, Northern Ireland.
two.2.4) Description of the procurement
This Framework is seeking the provision of Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment capable of use in an exposed weather environment, such as a Ferry Jetty.
ETMs (fixed, handheld and variations thereof) capable of withstanding exposed weather conditions are important in enabling a passenger to board and pay for transport. They may support a range of validation methods including, but not exclusive: ITSO Smart Cards, Contactless EMV, Tap-On Tap-Off (ToTo), Electronic Tokens, ABT, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.
They may also be capable of integrating with a 3rd party Leisure Ticketing software provider to read a 3rd party Barcode/QR code as well as send and receive messages to such 3rd party software.
ETMs capable of withstanding exposed weather conditions can come in a range of sizes and types and may be complemented by additional variants such as pole mounted ETMs for speedy ferry passenger validation.
ETMs capable of withstanding exposed weather conditions will regularly be used in adverse weather conditions, including saltwater. As such, these ETMs must be capable of withstanding different operating environments as expected within this Lot.
ETMs capable of withstanding exposed weather conditions may be supported by a range of support software and licences to provide additional services to the customer. These may include, but are not limited to areas such as: a dynamic back office system, real time vehicle location, SIRI feeds for Real Time Passenger Information display systems, BODs Compliance, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence, Traffic Light Priority Control, Integration with 3rd Party Systems, and Multiple Payment Systems to name but a few.
This Framework Lot is seeking to host a number of ETM types capable of withstanding exposed weather conditions, with differing 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 Suppliers of ETMs capable of withstanding exposed weather conditions 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. More detail of who the Framework is for, is outlined in Section VI.
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 70 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 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 that stipulates SAM's criteria.
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: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The specialist nature of the Equipment and Services being sought.
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: 2022/S 000-023455
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 October 2022
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
26 October 2022
Local time
12:01pm
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
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 Management
2nd Floor, Cobourg House, 32 Mayflower Street
Plymouth
PL1 1QX
procurement@nationalmobilitiesprocurementhub.co.uk
Country
United Kingdom