- Scope of the procurement
- Framework 6 Lot 1a Concessionary Travel Customer Management System
- Lot 1b. Commercial & Concessionary Travel Customer Management System (CCT-CMS)
- Framework 6 Lot 2a Web Portal Digital Retail for Transport Tickets
- Framework 6 Lot 2b Mobile App Digital Retail including MaaS
- Framework 6 Lot 5: Business Intelligence Software
- Framework 6 Lot 5: Convenience Store Retail Services for Smart Ticketing
Section one: Contracting authority
one.1) Name and addresses
SMART APPLICATIONS MANAGEMENT LIMITED
Floor 2 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
SMART APPLICATIONS MANAGEMENT LIMITED
Internet address(es)
Main address
Buyer's address
www.nationalmobilitiesprocurementhub.co.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Concessionary and Commercial Customer Management Systems, Web and App Digital Retail (inc MaaS), ITSO PAYG E-Purse Systems, Business Intelligence Software, and Convenience Store Retail Development and Services for Transport Ticketing
Reference number
SAM 006: NMPH Framework 6
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
- MA03 - For buses
- MA08 - For railway use
- MA09 - For transport
- 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 Concessionary Travel Customer
Management (CT-CMS), Commercial & Concessionary Travel Customer Management (CCT-CMS), Web and App Digital Retail (inc MaaS), ITSO PAYG E-Purse Systems, Business Intelligence Software, and Convenience Store Transport Ticketing Retail Development and Services.
Framework Lot 1a is for the provision of a Concessionary Travel Customer Management System (CT- CMS), which is the core customer management software delivering high quality
management of sensitive customer information and acting as the key conduit between SAM or a SAM Member and all other elements of a Concessionary Travel System. There is a great
importance on the ability of the CT-CMS to interact reliably with other non-ITSO and ITSO components to ensure full transparency of the customer activities. The CT-CMS Lot also provides the opportunity to provide optional elements desired by SAM Members, to complement the CT-CMS including a third party Web Interface, and a Reimbursement Module for apportioning concessionary reimbursement payments to Operators.
Framework Lot 1b is for the provision of a Commercial & Concessionary Travel Customer Management System (CCT-CMS), replicating all of the Lot 1a requirements but with enhanced functionality to support commercial ticketing.
Framework Lot 2a is for Web Retailing for transport ticketing. The requirement is for passenger facing, outcome focussed concessionary and commercial Web Portals retailing products and services for transport ticketing. It is expected that Tenderer's solutions are available now, modular based, and do not require significant new development other than configuration to meet a Customer's business rules.
Framework Lot 2b is for Digital Retail Mobile Apps, including Mobility as a Service (MaaS) Apps. The requirement is for passenger facing, outcome focussed App retailing products and
services for transport ticketing. It is expected that Tenderer's solutions are available now and do not require significant new development other than configuration to meet a Customer's business rules. It is designed to support as many solutions as possible from a small-scale Barcode App for scholars travel - to a full MaaS App integrating with multiple third party systems.
Framework Lot 3 is for ITSO Pay As You Go (PAYG) E-Purse Services with associated Transit Settlement System (TSS) to provide an FCA regulated payment system for an ITSO Stored
Travel Rights (STR) product. The PAYG-TSS will deliver an end to end payment system for multiple operators who make use of a scheme STR or a single operator who chooses to have their own STR.
Framework Lot 4 is for the provision of Business Intelligence Software bringing together travel and customer data, to support detailed data analytics and reporting for a SAM Member. The BIS platform is required to take daily data feeds from multiple software sources including, but not limited to an ITSO AMS-HOPS; Customer Manager System(s), Concessionary and Commercial Web Portals, as well as additional 3rd Party systems such as Transit Settlement Schemes, and hosts the data on a dedicated secure platform for multisystem analysis and reporting.
Framework Lot 5 is for Convenience Store Retailing of Smart Ticketing Products, providing passengers with an ability to purchase and top up ticketing and related products on to their
smart media within a local store environment.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
two.2) Description
two.2.1) Title
Framework 6 Lot 1a Concessionary Travel Customer Management System
Lot No
1a
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 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
Framework Lot 1a is for the provision of a Concessionary Travel Customer Management System (CT- CMS), which is the core customer management software delivering high quality
management of sensitive customer information and acting as the key conduit between SAM or a SAM Member and all other elements of a Concessionary Travel System.
There is a great importance on the ability of the CT-CMS to interact reliably with other non ITSO and ITSO components to ensure full transparency of the customer activities. The CT-CMS Lot also provides the opportunity to provide optional elements desired by SAM Members, to complement the CT-CMS including a Web Interface for Online Concessionary Travel Applications & Product Management, and a Reimbursement Module for apportioning concessionary reimbursement payments to Operators.
The CT-CMS will act as a management tool to issue smart media and associated products, maintain the smart media while in use and finally take them out of use; The CT-CMS will be capable of the administration of ITSO Shells and Products which are not
on a card but on an alternative media such as a mobile phone;
The CT-CMS will be capable of providing information on:
• Products owned or managed by the SAM Member but hosted in a third party ITSO Shell.
• Third party products hosted in an ITSO Shell owned or managed by the SAM Member
The CT-CMS will be able to be partitioned to allow multiple Shell owners, retailers and Product owners to co-exist and be managed within partitions according to data protection and sharing parameters defined by the SAM Member and the shell owner, retailer or Product owner.
The CT-CMS will allow the SAM Member to own shells, product and the retailing functions for third parties who do not wish to own their own.
The CT-CMS will interface with a number of third party systems using an industry standard format, including but not limited to AMS-HOPS, Card Bureaus, Remote Fulfilment Server, Web Portals, Transit Settlement Systems, Data Analysis Packages and Payment Services.
The CT-CMS must have a GUI to enable governance and management of the data stored.
The CT-CMS must be scalable and capable of adding further partitions as required.
In addition, the CT-CMS may be further complemented through the provision of optional support services as defined, including an Operator Reimbursement Module.
two.2.5) Award criteria
Quality criterion - Name: Lot 1a Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 1a Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 1a Part 3 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Lot 1a Social Value Response / Weighting: 10
Cost criterion - Name: Lot 1a - Price Per Customer Order / Weighting: 30
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) Description
two.2.1) Title
Commercial & Concessionary Travel Customer Management System (CCT-CMS)
Lot No
1b
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
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Framework Lot 1b is for the provision of a Commercial & Concessionary Travel Customer Management System (CCT-CMS), which is the core customer management software delivering high quality management of sensitive customer information and acting as the key conduit between SAM or a SAM Member and all other elements of both a Concessionary and Commercial Travel System.
There is a great importance on the ability of the CCT-CMS to interact reliably with other nonITSO and ITSO components to ensure full transparency of the customer activities. The CCT-CMS Lot also provides the opportunity to provide optional elements desired by SAM Members, to complement the CCT-CMS including a Web Interface for Online Concessionary and Commercial Travel Applications and Product Management, and a Reimbursement
Module for apportioning concessionary and commercial reimbursement payments to Operators.
The CCT-CMS will act as a management tool to issue smart media and associated products, maintain the smart media while in use and finally take them out of use;
The CCT-CMS will be capable of the administration of ITSO Shells and Products which are not on a card but on an alternative media such as a mobile phone;
The CCT-CMS will be capable of providing information on:
• Products owned or managed by the SAM Member but hosted in a third party ITSO Shell.
• Third party products hosted in an ITSO Shell owned or managed by the SAM Member.
The CCT-CMS will be able to be partitioned to allow multiple Shell owners, retailers and Product owners to co-exist and be managed within partitions according to data protection and sharing parameters defined by the SAM Member and the shell owner, retailer or Product owner.
The CCT-CMS will allow the SAM Member to own shells, product and the retailing functions for third parties who do not wish to own their own.
The CCT-CMS will interface with a number of third party systems using an industry standard format, including but not limited to AMS-HOPS, Card Bureaus, Remote Fulfilment Server, Web Portals, Transit Settlement Systems, Data Analysis Packages and Payment Services.
The CCT-CMS must have a GUI to enable governance and management of the data stored.
The CCT-CMS must be scalable and capable of adding further partitions as required.
In addition, the CCT-CMS may be further complemented through the provision of Optional support services as defined.
two.2.5) Award criteria
Quality criterion - Name: Lot 1b Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 1b Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 1b Part 3 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Lot 1b Social Value Response / Weighting: 10
Cost criterion - Name: Lot 1b - Price Per Customer Order / Weighting: 30
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) Description
two.2.1) Title
Framework 6 Lot 2a Web Portal Digital Retail for Transport Tickets
Lot No
2a
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
Framework Lot 2a Web Portal Digital Retail for Transport Ticketing is for the provision of a Commercial & Concessionary Web Portals for the public transport sector.
Covering all core elements of a passenger fronting service, the requirement is for a range of high quality modular options, depending on the customer, with a need to integrate with a
range of third party systems through open APIs, including other Portals and Apps as appropriate.
two.2.5) Award criteria
Quality criterion - Name: Lot 2a Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 2a Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 2a Part 2 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Social Value Response / Weighting: 10
Cost criterion - Name: Lot 2a - Price Per Customer Order / Weighting: 30
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) Description
two.2.1) Title
Framework 6 Lot 2b Mobile App Digital Retail including MaaS
Lot No
2b
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
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Digital Retail Mobile Apps Lot is focussed on Apps as used by the Passenger.
In the wider context in which this requirement is to be read, a Passenger may be considered to be the user of traditional forms of public transport as well as a user of a car club, car parking, bike hire, taxi hire, and other less traditional public transport/passenger transit modes as embodied by the Mobility as a Service (MaaS) approach.
The requirement is outcome based and aims to offer a wide canvas under which Suppliers existing products can be hosted, subject to a number of core requirements for which Tenders
are required to support.
It is expected that Tenderer's solutions are available now and do not require significant new development other than configuration to meet a Customer's business rules.
During the duration of the Framework, it will be possible for Tenderers to update their response as new products are introduced.
For the purpose of this requirement, a 'Ticket' is defined as a token which is purchased by a Passenger providing them with a right to travel. Other rights to travel may be derived from
Entitlements due to Passengers age/class or other right to benefits.
There is a minimum requirement to be provided by all solutions which supports a lower specification QR based entitlement product which could be used for travel such as school
services.
Further options are then selectable by the Tenderer to be able to provide:
• Mobile Wallets and Retail Functions;
• Barcode/QR Based Tickets;
• Host Card Emulation (HCE) of ITSO Smartcards and Products;
• Non-ITSO Host Card Emulation (HCE) of ITSO Smartcards and Products;
• Yotra ITSO on Mobile;
• HCE or Other Integration with Mobile Wallets for NFC Acceptance;
• Digital Entitlements and Discounts;
• Enhanced App Functionality;
• Back Office Enhancements;
• Alternative Tickets/Media/Communications;
• Integration with Journey Planners;
• Post-Pay and Account Based Solutions;
• Mobility as a Service (MaaS) Functionality.
two.2.5) Award criteria
Quality criterion - Name: Lot 2b Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 2b Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 2b Part 3 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Lot 2b Social Value Response / Weighting: 10
Cost criterion - Name: Lot 2b - Price Per Customer Order / Weighting: 30
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) Description
two.2.1) Title
Framework 6 Lot 5: Business Intelligence Software
Lot No
4
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
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Framework 6 Lot 4 is for the provision of Business Intelligence Software bringing together travel and customer data, to support detailed data analytics and reporting for a SAM Member.
The Business Intelligence Software (BIS) is a Data Visualisation Service for Data Analytics.
The BIS platform is required to take daily data feeds from multiple software sources including, but not limited to an ITSO AMS-HOPS; Customer Manager System(s), Concessionary and Commercial Web Portals, as well as additional 3rd Party systems such as Transit Settlement Schemes, and hosts the data on a dedicated secure platform for multisystem analysis and reporting.
two.2.5) Award criteria
Quality criterion - Name: Lot 4 Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 4 Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 4 Part 3 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Lot 4 Social Value Response / Weighting: 10
Cost criterion - Name: Lot 4 - Price Per Customer Order / Weighting: 30
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) Description
two.2.1) Title
Framework 6 Lot 5: Convenience Store Retail Services for Smart Ticketing
Lot No
5
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
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers the functional requirements and outputs of a solution that will permit all aspects of face-to-face retail of smart tickets and products at locations within an authority or scheme's operating area.
The Lot has been designed to support a 'menu of requirements' approach that will allow SAM members to pick and choose elements to suit their own specific retailing need.
It may not be the case that a single organisation will want to implement all the ticketing products shown in the Specification, which will support products that can be used on bus, coach, ferry and rail including seat reservations.
two.2.5) Award criteria
Quality criterion - Name: Lot 5 Part 1 Technical Compliance Confirmation / Weighting: 15
Quality criterion - Name: Lot 5 Part 2 Experience Essay 1 of 2 / Weighting: 30
Quality criterion - Name: Lot 5 Part 3 Experience Essay 2 of 2 / Weighting: 15
Quality criterion - Name: Lot 5 Social Value Response / Weighting: 10
Cost criterion - Name: Lot 5 - Price Per Customer Order / Weighting: 30
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.
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
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: 2024/S 000-013807
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b, 2a, 2b, 4
Title
Customer Management Systems, Web and App Digital Retail (inc MaaS), Business Intelligence Software, Services for Transport Ticketing
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 September 2024
five.2.2) Information about tenders
Number of tenders received: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Beep Limited
Loxmore House, Bedford Street
Bere Alson
PL20 7DF
Telephone
+44 7975751270
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
09202235
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b, 2a
Title
Concessionary and Commercial Customer Management Systems, Web and App Digital Retail (inc MaaS), Services for Transport Ticketing
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2024
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ESP Systex Limited
Witham House, 45 Spyvee Street
Kingston Upon Hull
HU8 7JJ
Telephone
+44 1241730300
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01599791
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £45,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 4
Title
Concessionary and Commercial Customer Management Systems, Business Intelligence Software Services for Transport Ticketing
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 September 2024
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Euclid Limited
Euclid House, Parklands Business Park, Forest Road
Denmead
PO7 6XP
Telephone
+44 2392266333
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02248713
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £30,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1b
Title
Concessionary and Commercial Customer Management Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 August 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fujitsu Services Ltd
Fujitsu Services, Lovelace Road
Bracknell
RG12 8SN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
00096056
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
2a
Title
Web and App Digital Retail (inc MaaS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 September 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Imaginet Limited
Suite 5, 9th Floor, Brunel House, 2 Fitzalen Road
Cardiff
CF24 0EB
Telephone
+44 2920574500
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
3042421
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
2b
Title
App Digital Retail (inc MaaS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 October 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Passenger Technology Group Ltd
18 Albert Road
Bournemouth
BH1 1BZ
Telephone
+44 3304609998
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
09807101
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b, 2a, 2b
Title
Concessionary and Commercial Customer Management Systems, Web and App Digital Retail (inc MaaS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2024
five.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bemrose Booth Paragon Limited
Stockholm Road, Sutton Fields
Hull
HU7 0XY
Telephone
+44 1482826343
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04891375
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
4
Title
Business Intelligence Software
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 September 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Smarter Technologies Group Limited
1 Austin Park, Yeoman Road
Ringwood
BH24 3FG
enquiries@smartertechnologies.com
Telephone
+44 3302235000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
12075211
Internet address
https://smartertechnologies.com/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £15,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b
Title
Concessionary and Commercial Customer Management Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 September 2024
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SmartCitizen Ltd
Unit 3, Building B, Green Court
Truro
TR4 9LF
Telephone
+44 1872250161
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
4796316
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £30,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b, 2a, 2b, 4, 5
Title
Concessionary and Commercial Customer Management Systems, Web and App Digital Retail (inc MaaS), Business Intelligence Software, and Convenience Store Retail Development Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 September 2024
five.2.2) Information about tenders
Number of tenders received: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The Hub Company Limited
184 Shepherds Bush Road
London
W6 7NL
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
3759347
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
Section five. Award of contract
Contract No
Framework 6
Lot No
1a, 1b
Title
Concessionary and Commercial Customer Management Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 September 2024
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Unicard Limited
Peartree Business Centre, Cobham Road, Ferndown Industrial Estate
Wimborne
BH21 7PT
Telephone
+44 1202850810
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04817824
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £30,000,000 taken into consideration
Section six. Complementary information
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 Management Limited
Floor 2 Cobourg House, 32 Mayflower Street
Plymouth
PL11QX
Country
United Kingdom