Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
LONDON
E201JN
Contact
Shima Harji
Country
United Kingdom
Region code
UKI - London
Companies House
06745516
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL
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
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ICT14483 Framework for Oystercard Supply
Reference number
WS1814931825
two.1.2) Main CPV code
- 30162000 - Smart cards
two.1.3) Type of contract
Supplies
two.1.4) Short description
Establishment of a framework for the supply of contactless smartcards for the TfL ticketing and fare collection system.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Oystercard (the "Card") was launched in 2003. The current demand is around 6.5m - 8.5m cards per year comprising of 16 variants. The Cards enable TfL to collect a significant proportion of its 5 000 000 000 GBP plus revenue from customers using TfL services and some concessionary services. There are a number of variants printed with different artwork to meet the needs of different users of cards.
The version of the cards currently in use is the MIFARE DESFire EV1 or EV3 cards. Introduced by TfL in 2010, the DESFire card is a multiprocessor card with 2 000 bytes of memory and utilises 112 bit keys in AES mode (and there are also some 4 000 bytes of memory variants of this card in use). The framework agreement resulting from this procurement will last for four (4) years with the option to extend for up to 2 years. The forecasted value of these orders is between 6 000 000 GBP and 9 000 000 GBP per annum at current levels of demand although this demand may vary.
In order to maintain service continuity, agility and provide competition, it is expected that at least three suppliers will be selected for the Framework Agreement. A maximum of 4 suppliers is intended, as this should be sufficient to meet business requirements and generate the appropriate level of competition for call-offs.
All cards supplied will be required to comply with the TfL Card Specification and Artwork which will form a schedule to the contract. Cards will be required in 15 different variants physically compliant with ISO 7810 ID-1 as follows:
- 14 variants with 2k NXP MIFARE DESFire EV1 or EV3 memory chips, of which 1 variant is plain white and the other 13 variants are printed on both sides with artwork,
- 1 variant with 4k NXP MIFARE DESFire EV1 or EV3 memory chips, mostly plain white with minimal artwork printed on one side.
Out of scope:
The services of enablement, fulfilment and personalisation are not included in the scope of this procurement. TfL will enable the supplied Cards onto the TfL Revenue Collection System and will fulfil customer orders by loading specific travel products and entitlements where required, and will personalise cards for individual users where required.
Useful dates:
Tender to be issued - 8th November 2024
ITT Suppliers clarification submission deadline 16:00 GMT - 22nd November 2024
TfL clarification questions response to Suppliers Clarification by 16:00 GMT - 27th November 2024
Suppliers Submission of Tender deadline by 16:00 GMT - 17th December 2024
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Quality criterion - Name: Responsible Procurement / Weighting: 10
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.3) 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: 4
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
17 December 2024
Local time
4:00pm
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
Tender must be valid until: 18 August 2025
four.2.7) Conditions for opening of tenders
Date
17 December 2025
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Transport for London
5 Endeavour Square
London
E201JN
Country
United Kingdom