Tender

Supply, Installation and Maintenance of Cash Handling Devices

  • Transport for London

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

Notice identifier: 2025/S 000-072212

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

Published 7 November 2025, 5:18pm



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.

Please complete the supplier set up process through the SAP Ariba link provided. Once you have registered, email reecechasey@tfl.gov.uk for access to the tender in the portal. All tender documents have been provided as an attachment to this notice so any system issues should not disadvantage a potential bidder.

Total value (estimated)

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

Above the relevant threshold

Contract dates (estimated)

  • 28 May 2026 to 27 May 2031
  • Possible extension to 27 May 2033
  • 7 years

Description of possible extension:

Optional extension years may be used at the discretion of TfL. The extension options are for a total maximum period of 24 months, to be exercised in two, 12 month increments.

Options

The right to additional purchases while the contract is valid.

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

Legal and financial capacity conditions of participation can be found within the Procurement Specific Questionnaire in Volume 1 of the tender pack.

Technical ability conditions of participation

Technical ability conditions of participation can be found within the Procurement Specific Questionnaire in Volume 1 of the tender pack.


Submission

Enquiry deadline

23 December 2025, 3:00pm

Submission type

Tenders

Tender submission deadline

9 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

28 April 2026

Recurring procurement

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


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Pricing Schedule Price 45%
Social Value Quality 10%
Maintenance Proposal Quality 10%
Supply and Installation Quality 10%
Account Management Quality 10%
High-Level Transition Plan Quality 5%
Reporting Quality 5%
Quality Assurance Quality 5%

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

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Bidders are invited to submit a response to our Invitation To Submit Initial Tenders 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 request 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 as a single tendering stage.

The two highest scoring compliant bidders may be invited to progress to a negotiation stage, intended to improve the content of the initial tenders without introducing material alterations. Multiple sessions may be held if necessary. To conclude the negotiation stage, bidders will be invited to submit final tenders. For the avoidance of doubt, the negotiation stage is an optional stage.

Should the negotiation stage be conducted, scoring for the two tenders will be finalised and the PSQ responses will be re-visited and confirmed with bidders prior to entering the award stage. If a negotiation stage is not held, TfL will make an award based on the scoring from the Initial Tender Submission evaluation.

In either circumstance, the contract award will be made to the bidder who has submitted the Most Advantageous Tender in line with the evaluation criteria.

Justification for not publishing a preliminary market engagement notice

Market Engagement has been carried out under a PIN notice, a Market Sounding Questionnaire, site visits and virtual engagement meetings have all been conducted in parallel to the new Procurement Act 2023 commencing.


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