Contract

ICT14483 Framework for Oystercard Supply

  • Transport for London

F03: Contract award notice

Notice identifier: 2025/S 000-065523

Procurement identifier (OCID): ocds-h6vhtk-04b41a (view related notices)

Published 15 October 2025, 11:26am



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 Endeavour Square

London

E201JN

Contact

Shima Harji

Email

shimaharji@tfl.gov.uk

Country

United Kingdom

Region code

UKI - London

Central Digital Platform UK

PHMT-6197-NWNZ

Internet address(es)

Main address

https://tfl.gov.uk/

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