Tender

Longline Public Address System (LLPA) Renewal

  • MERSEYRAIL ELECTRICS 2002 LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-060273

Procurement identifier (OCID): ocds-h6vhtk-05a37d

Published 26 September 2025, 4:00pm



Scope

Reference

MEL05-2025

Description

Long-line Public Address (LLPA) system for the Merseyrail network. The objective is to replace, upgrade, and enhance the existing PA system to ensure clear and effective communication across all stations and operational areas within the network.

The Works include but are not limited to the following aspects: assessing the current PA system across the Merseyrail network, designing a modernised solution, and implementing a renewed system that meets current industry standards and operational requirements.

The new system should provide high-quality audio, improved reliability, and seamless integration with Merseyrail's existing communication infrastructure, including passenger information systems and emergency communication channels.

Total value (estimated)

  • £1,200,000 excluding VAT
  • £1,440,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 27 July 2026 to 27 July 2028
  • Possible extension to 1 June 2031
  • 4 years, 10 months, 6 days

Description of possible extension:

3 x 12 month extensions for optional Service and Maintenance element only.

Options

The right to additional purchases while the contract is valid.

Option to include servicing, planned and unplanned maintenance.

Main procurement category

Goods

CPV classifications

  • 48952000 - Public address systems

Contract locations

  • UK - United Kingdom

Submission

Submission type

Requests to participate

Deadline for requests to participate

31 October 2025, 2:00pm

Submission address and any special instructions

Expressions of Interest must be submitted electronically via:

https://me-2-procure.org/MerseyrailElectrics/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=581&Culture=en-GB

The procurement documents will be available for unrestricted and full direct access, free of charge, after the Expression of Interest deadline at:

https://me-2-procure.org/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

24 July 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Commercial Cost 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The opportunity will be advertised via the Central Digital Platform. With regards to the procedures, we will undertake a single Lot under the competitive flexible procedure, ensuring compliance with MEL's procurement policy and the PA23 Regulations. We reserve the right to undertake a Pre-Qualification Questionnaire now known as a Procurement Specific Questionnaire (PSQ) dependant on the number of expressions of interest received.

A Pre-Tender Engagement Session will be held with suppliers expressing an interest in the opportunity.

The Procurement Specific Questionnaire (PSQ) shall be evaluated in two (2)stages:

Stage 1 - Submissions from bidders who have failed any of the mandatory pass-fail questions will not progress to Stage 2 of the evaluation.

Stage 2 - All submissions that have passed the mandatory pass-fail questions will be evaluated in accordance with the evaluation criteria which will be provided within the tender documentation. The PSQ will have a total score of 100%. Where questions are to be scored by more than one evaluator, an average of all evaluator scores will be taken and used as a final score, rounded to the nearest whole number. The total score for each Bidder shall be ranked in descending order and a minimum of five (5) of the highest scoring submissions will be selected for the next stage of the tender process.

Unfortunately, all other submissions will be declined. The Customer reserves the right not to score any question responses consisting of links to web pages and/or documents, all responses must be provided in the format specified within the PSQ.

The Invitation To Tender (ITT) will have an overall total score of 100%. The total score (100%) will be divided by the criteria outlined within the Tender Documentation. Where questions are to be scored by more than one evaluator, an average of all evaluator scores will be taken and used as a final score, rounded to the nearest whole number. The total score for each Bidder shall be ranked in descending order. The anticipated weightings for the ITT stage of the Tender process will be 60% - Quality and 40% - Commercial, this will be confirmed within the tender documentation.

Following evaluation of the ITT, a minimum of the top 3 (three) highest scoring bidders will be invited to submit Best and Final Offers (BAFOs). Shortlisted bidders may be invited to present their proposals. MEL strongly encourages all bidders to submit competitive Tender submissions. Whilst the Customer may request Best and Final Offers (BAFOs), bidders should not rely on any potential subsequent opportunities for providing improved commercial offers.

The ITT will focus on the ability to fully meet the requirement specification, programme, HS&E provision, integration and price. The full scope of the requirements with supporting documents and applicable T&C's will be attached as part of the tender pack.


Contracting authority

MERSEYRAIL ELECTRICS 2002 LIMITED

  • Companies House: 04356933
  • Public Procurement Organisation Number: PLZV-3258-DCDV

Rail House, Lord Nelson Street

Liverpool

L1 1JF

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Private utility