Section one: Contracting authority
one.1) Name and addresses
South West Smart Applications Limited
2nd Floor, Cobourg House, 32 Mayflower Street
PLYMOUTH
PL11QX
Contact
Andrew Seedhouse
andrew.seedhouse@talktosam.co.uk
Telephone
+44 7807043222
Country
United Kingdom
Region code
UKK41 - Plymouth
Companies House
07205882
Internet address(es)
Main address
Buyer's address
https://www.talktosam.co.uk/nmph/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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/
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 3: ITSO Card Bureau Services, Blank ITSO Card Supply & ITSO Card Printing & Encoding Equipment and Services
Reference number
SAM 003: NMPH Framework 3
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
- TA36 - For 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 Card Bureau Services, Blank ITSO Smartcards, and ITSO Card Printing and Encoding Equipment for concessionary and commercial passenger transport services, and their ancillary equipment.
The ITSO Card Bureau Services requirement (Lot 1) is for the provision of Bureau Services covering a range of CMD types and volumes - including bulk printing. Capable of linking to multiple CMS and ITSO HOPS, the Bureaus will provide a range of Card Printing & Encoding Services as well as support services such as the provision of data entry to the CMS; Customer Letter printing, Card fixing to letters, Distribution to individual addresses as well as centralised fulfilment.
The ITSO Blank Card Supply requirement (Lot 2) is for the provision of Blank ITSO Smartcards across a range of CMD types and volumes.
The ITSO Card Printing and Encoding Equipment requirement (Lot 3) is for the provision of local ITSO Card Printing and Encoding Equipment linked to a customers own CMS and HOPS, supported by a range of support software and licences to provide additional services to the customer.
This Framework is seeking to host a number of ITSO Card Bureau Services, Blank ITSO Card Supply & ITSO Card Printing & Encoding Equipment and Services Suppliers, as well as support equipment, and services where they add value to enable the Users of the Framework to have a wide choice of supply options.
This Framework is seeking to host a number of Suppliers for ITSO passenger transport services, who are committed to partnership working, including with other Suppliers.
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: £10,000,000
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
SAM may award one Lot or any combination of Lots to suppliers.
two.2) Description
two.2.1) Title
ITSO Card Bureau Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79800000 - Printing and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Provision of the Card Bureau Service must be within the UK, or be fully compliant with UK GDPR and Data Protection Act 2018 requirements.
two.2.4) Description of the procurement
This ITSO Card Bureau Services requirement (Lot 1) is for the provision of Bureau Services.
It will cover a range of CMD types and volumes - including bulk printing.
The Bureau must be able to link to multiple CMS and ITSO HOPS providers to provide an end-to-end service.
The Bureau must be able to provide a range of Card Printing & Encoding Services.
The Bureau must be able to provide a range of Card support services, including but not limited to: the provision of data entry to the CMS; Customer Letter printing; Card fixing to letters; Addition of 3rd party material to envelopes, and the distribution to individual addresses as well as centralised fulfilment.
This Framework Lot is seeking to host a number of ITSO Card Bureau Service Suppliers, with relevant support equipment and additional services where they add value, 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 for ITSO passenger transport services, who are committed to partnership working, including with other Suppliers.
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
Blank ITSO Smartcard Supply
Lot No
2
two.2.2) Additional CPV code(s)
- 30162000 - Smart cards
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 Blank ITSO Smartcard Supply requirement (Lot 2) is for the provision of blank ITSO Smartcards.
The Lot will cover the provision of a range of CMD types, and be flexible enough to cover a wide range of scale based options.
This Framework Lot is seeking to host a number of Blank ITSO Smartcard Suppliers, with any additional services where they add value, 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 Blank ITSO Smartcard Suppliers for ITSO passenger transport services, who are committed to partnership working, including with other Suppliers.
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 Card Printing and Encoding Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 30232600 - Encoders
- TA36 - For transport tickets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The expectation is that the ITSO Card Printing and Encoding Equipment will reside within the offices of the SAM Member who undertakes the Framework Call Off, or their nominated agents office.
two.2.4) Description of the procurement
This ITSO Card Printing and Encoding Equipment requirement (Lot 3) is for the provision of locally based equipment to enable ITSO Smartcards to be printed and encoded within a SAM Members own office, or that of their agent.
This Framework Lot will require the equipment to be capable of printing full colour on both sides of a card, and be able to encode the full range of ITSO products on a card, as well as additional product and card applications.
Suppliers will need to be able to integrate with a range of customer CMS systems to receive and process customer data, such as concessionary travel data, as well as being able to integrate with multiple ITSO HOPS systems to pass on the created card information.
This Framework Lot is seeking to host a number of ITSO Card Printing and Encoding Equipment Suppliers, with the necessary support peripherals and consumables, as well as any additional services where they add value, 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 ITSO Card Printing and Encoding Equipment Suppliers, who are committed to partnership working, including with other Suppliers.
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 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: 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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-023456
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.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