Section one: Contracting entity
one.1) Name and addresses
SE TRAINS LIMITED
Second Floor, 4 More London Riverside
London
SE12AU
Tim.Stockford@Southeasternrailway.co.uk
Telephone
+44 7977272834
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://www.southeasternrailway.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.6) Main activity
Railway 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
SE Trains Ltd are looking to establish a supply chain for the provision, ongoing maintenance and repair of various ticketing devices to drive improved customer experience, performance and value. This procurement is divided into three lots: 1. Ticketing Vending Machines, 2. Mobile Ticket Issuing Systems, and 3. Ticketing Office Machines, with no more than one supplier appointed to each Lot. The framework agreement awarded to the preferred bidder(s) will include a term of up to 8 years, and allow other DfT Operator Limited subsidiaries to call-off from. The value of the SE Trains Ltd services over the term is £67,180,545. The incremental value for call-offs for each lot is estimated to be: 1. £113,214,107, 2. £100,486,478, 3. £129,280,798. SE Trains Ltd ticketing estate includes 283 TVMs, 217 TOMs, and 271 Mobile TIS. SE Train Ltd currently have funding approved for award against Lot 1 once the framework has been awarded, with award against Lots 2 & 3 dependent upon subsequent approvals.
two.1.5) Estimated total value
Value excluding VAT: £410,161,928
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
All lots
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.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £148,083,907
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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.2.13) 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.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £142,014,254
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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.2.13) 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.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £120,063,768
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Inclusion of SLAs in contract terms.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 March 2025
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3FJW27MX8N
GO Reference: GO-20241223-PRO-28991493
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