Tender

Ticketing Machine Procurement

  • SE TRAINS LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-041499

Procurement identifier (OCID): ocds-h6vhtk-04ccd9

Published 24 December 2024, 10:05am



Section one: Contracting entity

one.1) Name and addresses

SE TRAINS LIMITED

Second Floor, 4 More London Riverside

London

SE12AU

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.delta-esourcing.com

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

www.delta-esourcing.com

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N

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