Section one: Contracting authority/entity
one.1) Name and addresses
Southeastern Railway (SE Trains Limited)
4 More London Riverside
London
SE1 2AU
becky.bowers@southeasternrailway.co.uk
Telephone
+44 7772769040
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://www.southeasternrailway.co.uk/
one.4) Type of the contracting authority
Other type
Railway Transport Services
one.5) Main activity
Other activity
Railway Transport Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ticketing Machine Procurement
two.1.2) Main CPV code
- 50316000 - Maintenance and repair of ticket-issuing machinery
two.1.3) Type of contract
Services
two.1.4) Short description
Please note this is a Voluntary Transparency Notice and this contract variation is not yet signed (meaning the ‘Award of Contract’ section and the ‘Date of conclusion of the contract / concession award decision’ of 05/06/25 are not valid). This notice informs bidders of a change of scope in procurement notice 2024/S 000-041499 from awarding a framework agreement that subsidiaries of DfT Operator Limited (as defined legally at the time of our original notice) could call-off, to a framework agreement which can be used by subsidiaries of DfT Operator Limited or operators under a National Rail Contract awarded by the DfT. The Contracting Authority intends to execute this variation subject to (i) receiving no notice during the 10-day standstill period of any intention to challenge the award process; (ii) successful completion of the Ticketing Machine Procurement process and associated required approvals. The Contracting Authority will observe the 10-day standstill from the date this notice.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £410,161,928
two.2) Description
two.2.1) Title
Ticketing Machine Procurement: Ticket Vending Machines
Lot No
1
two.2.2) Additional CPV code(s)
- 50316000 - Maintenance and repair of ticket-issuing machinery
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 1 is for Ticket Vending Machines.
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
two.2) Description
two.2.1) Title
Ticketing Machine Procurement: Ticket Office Machines
Lot No
2
two.2.2) Additional CPV code(s)
- 50316000 - Maintenance and repair of ticket-issuing machinery
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2 is for Ticket Office Machines.
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
two.2) Description
two.2.1) Title
Ticketing Machine Procurement: Mobile Ticket Issuing Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 50316000 - Maintenance and repair of ticket-issuing machinery
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 3 is for Mobile Ticket Issuing Systems.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated without a prior call for competition
- Extreme urgency brought about by events unforeseeable for the contracting authority
Explanation:
The change outlined in this notice consists of correcting the scope of the procurement from awarding a framework agreement that subsidiaries of DfT Operator Limited (as defined legally at the time) could call-off, to a framework agreement which can be used by subsidiaries of DfT Operator Limited or operators under a National Rail Contract awarded by the DfT. This is lawful as the change meets the requirements of Chapter 4, Regulation 88 of the Utilities Contract Regulation 2016. That is to say, the change meets the requirements of Regulation 88 (1) (c) parts (i) and (ii), which states that (i) 'the need for modification has been brought about by circumstances which a diligent utility could not have foreseen' and (ii) 'the modification does not alter the overall nature of the contract'. The requirements of (i) are satisfied as The Customer (Southeastern) has been made aware of an incumbent supplier's intention to exit the market, which is a genuinely unforeseen event which limits the ability of the Customer to re-run the procurement, and introduces a need to widen the scope and allow for future subsidiaries of DfT Operator Limited to make use of the framework agreement (including subsidiaries who do not yet hold subsidiary legal status). The impact of this unforeseen event is the cause of the need to change the entities that can call off against the framework.
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Contract No
N/A
Title
N/A
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
5 June 2025
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
N/A
N/A
NW1 1AA
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
N/A
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £410,161,928
Total value of the contract/lot/concession: £410,161,928
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=947767769 GO Reference: GO-2025612-PRO-30978144
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
7 The Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom