Tender

ICT14483 Framework for Oystercard Supply

  • Transport for London

F02: Contract notice

Notice identifier: 2024/S 000-035821

Procurement identifier (OCID): ocds-h6vhtk-04b41a

Published 5 November 2024, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 Endeavour Square

LONDON

E201JN

Contact

Shima Harji

Email

shimaharji@tfl.gov.uk

Country

United Kingdom

Region code

UKI - London

Companies House

06745516

Internet address(es)

Main address

https://tfl.gov.uk

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