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
| 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.
Documents
Associated tender documents
https://service.ariba.com/Supplier.aw
Volume 4 - Pricing Schedule.xlsx
Volume 3 - Specification.zip
Volume 2 - Draft Contract.zip
Volume 1 - Instructions to Tenderers.zip
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