Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
London
E201JN
Contact
Shima Harji
Country
United Kingdom
Region code
UKI - London
Central Digital Platform UK
PHMT-6197-NWNZ
Internet address(es)
Main 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
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £17,761,800
two.2) Description
two.2.2) Additional CPV code(s)
- 30162000 - Smart cards
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.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 30
Quality criterion - Name: Responsible Procurement / Weighting: 10
Price - Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
An initial contract term of four years, with the option to extend for a further two years on a one year plus one year basis.
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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035821
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 October 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Austria Card
Vienna
Country
Austria
NUTS code
- AT - Austria
Commercial Court Vienna (Handelsgericht Wien)
FN 98272v
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Exceet Card Group
Kematen in Tirol
Country
Austria
NUTS code
- AT - Austria
Commercial Court Vienna (Handelsgericht Wien)
FN 3111013y
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Paragon ID (UK) Limited
Hull
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04891375
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ESP Systex Holdings Limited
Kingston Upon Hull
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01599791
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £17,761,800
Total value of the contract/lot: £17,761,800
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Transport for London
London
Country
United Kingdom