Planning

Supply, installation and maintenance of Cash Handling Devices

  • Transport for London

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-064353

Procurement identifier (OCID): ocds-h6vhtk-051b46 (view related notices)

Published 10 October 2025, 4:34pm



Scope

Description

This tender seeks to award a single contract to a single provider for the provision of supply, installation and maintenance of Cash Handling Devices to commence in July 2026. As TfL currently has devices installed at its London Underground stations, maintenance of existing devices is a requirement to be delivered through the contract.

Total value (estimated)

  • £12,000,000 excluding VAT
  • £14,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 30 June 2031
  • Possible extension to 30 June 2033
  • 7 years

Description of possible extension:

The Contracting Authority will reserve the right to extend the contract by up to two, one year periods by providing the supplier with 6 months notice.

Options

The right to additional purchases while the contract is valid.

Throughout the contract, the authority will be able to purchase devices to replace those at the end of their useful life.

Main procurement category

Services

CPV classifications

  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 44421721 - Safe-deposit boxes
  • 44421790 - Cash boxes
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)

Contract locations

  • UKI - London

Participation

Legal and financial capacity conditions of participation

As outlined in the Procurement Specific Questionnaire in the tender pack.

Technical ability conditions of participation

As outlined in the Procurement Specific Questionnaire in the tender pack.


Submission

Publication date of tender notice (estimated)

3 November 2025

Enquiry deadline

16 December 2025, 5:00pm

Submission type

Tenders

Tender submission deadline

9 January 2026, 2:00pm

Submission address and any special instructions

SAP Ariba portal - https://service.ariba.com/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 30 May 2030


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical proposal Quality 45%
Commercial proposal Price 45%
Social Value/ Responsible Procurement Quality 10%

Other information

Payment terms

Outlined in the contract document, included in the tender pack.

Description of risks to contract performance

-Software obsolescence

-Supply of spare parts and obsolescence

-Integration of operating systems/software

-Cost of labour

Software specific

-Vulnerabilities to hacking, data breaches or ransomware

-Compliance with data protection laws (e.g. GDPR)

Licensing & IP

-Licensing restrictions or expiration

-Intellectual property disputes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Potential bidders who view this notice are invited to attend a tender briefing session prior to release of the tender which will provide information on the procurement process. To gain an invitation, please email reece.chasey@tfl.gov.uk for details.

Bidders are invited to submit a response to our Invitation To Tender which includes a Procurement Specific Questionnaire (inclusive of Conditions of Participation) as well as a Technical and Commercial proposal. Following publication of the tender but prior to the submission of proposals, bidders will have the opportunity to engage in a round of dialogue with the purpose of being able to provide clarity on the tender pack. Any information shared during dialogue sessions that could benefit all bidders will be recorded and shared as part of the clarification log. The PSQ will be evaluated in parallel to the Technical and Commercial submission.

The two highest scoring compliant bidders will be invited to progress to a negotiation stage, intended to refine proposals without introducing material alterations. Multiple sessions may be held if necessary. To conclude the negotiation stage, bidders will be invited to submit a final proposal.

Scoring for the top two bidders will be finalised and the PSQ responses will be re-visited and confirmed with bidders prior to entering the award stage. The contract award will be made to the bidder who has submitted the Most Advantageous Tender in line with the evaluation criteria.


Contracting authority

Transport for London

  • Public Procurement Organisation Number: PHMT-6197-NWNZ

5 Endeavour Square

London

E20 1JN

United Kingdom

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - central government