Award

RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services

  • SOUTH WEST SMART APPLICATIONS LIMITED

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-077847

Procurement identifier (OCID): ocds-h6vhtk-058a27 (view related notices)

Published 27 November 2025, 4:32pm



Scope

Reference

SAM Framework 007

Description

Smart Applications Management Limited (SAM) is the trading name of South West Smart Applications Limited, a Membership based central purchasing body, which owns and runs the National Mobilities Procurement Hub for its Members.

This Framework is seeking the provision of RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services.

These five Lots form the focal point for any modern Ticketing & Information Scheme in managing customer information, journey planning, physical sales, revenue, and a range of customer facing managed services.

Lot 1: RTPI Content Management Systems (CMS)

The RTPI CMS Lot provides a supplier-agnostic Content Management System for Real Time Passenger Information, integrating with standards like GTFS, SIRI, BODS, and RSS. It must distribute real-time schedules and multimedia content to Passenger Information Displays, managed through a secure web portal with layout control, multilingual messaging, and access management.

The system must be scalable, cloud hosted, GDPR-compliant, and include monitoring, fault management, and reporting. Delivery requires commissioning, testing, migration, and maintenance, with defined backup, PID interfacing, and documentation. Suppliers must follow formal project management, deliver training, and meet strict KPIs for availability, updates, and transparency.

Lot 2: Ticket Vending Machines

The Ticket Vending Machine (TVM) Lot focuses on providing modern, reliable, and accessible equipment aligned with operational and customer needs. The requirements highlight durability, accessibility compliance, and integration with transport systems, while ensuring wide payment options such as contactless, mobile, and cash for inclusivity. Priority has been given to cybersecurity, remote monitoring, and easy maintenance to reduce downtime and costs.

The machines also support long-term goals of sustainability, scalability, and futureproofing, using energy-efficient, recyclable components and allowing upgrades for new products or payments. User experience is central, with clear interfaces, multilingual support, and accessibility for disabled passengers. Overall, the process delivers robust, user-friendly, and cost-effective TVMs that will remain a reliable backbone of the transport network.

Lot 3: Electronic Ticket Machines

The ETM Lot covers the supply, installation, and maintenance of Electronic Ticket Machines for public transport. Machines must support ITSO smartcards, EMV contactless, mobile ticketing (QR, barcode, NFC), and cash, while integrating with back-office systems for revenue and data exchange in line with ITSO, PCI-DSS, and BODS. They should be reliable, user-friendly, process transactions quickly, adapt to future needs, and link with Intelligent Transport Systems for real-time information and vehicle tracking.

Suppliers must ensure strong project delivery from design and testing to deployment and lifecycle support, including staff training, spares, and repairs. Defined SLAs cover uptime, fault resolution, and updates. Security requires encryption, key management, and compliance with financial and data protection standards. Ongoing monitoring, reporting, and proactive updates are expected to maintain performance and meet evolving passenger needs.

Lot 4: Accessible Rail Information And Support Units

Accessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendly information about train times, routes, facilities, and accessibility features both online and at stations. These units will also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promote inclusivity, and make public transport a safe and welcoming option for everyone.

Lot 5: Transport And Data Managed Services

The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden of managing complex systems in-house, all while maintaining compliance, security, and performance standards.

This Lot has 7 Parts:

Lot 5 - Part 1. Journey Planning Managed Service

Lot 5 - Part 2. Consultancy Support Managed Service

Lot 5 - Part 3. Operational Data Evaluation Managed Service

Lot 5 - Part 4. Entitlement Travel Managed Service

Lot 5 - Part 5. Operator Support Managed Service

Lot 5 - Part 6. Scholars Travel Managed Service

Lot 5 - Part 7. Commercial Travel Managed Service

Commercial tool

Establishes an open framework


Lot 1. RTPI Content Management Systems (CMS)

Description

The RTPI CMS Lot within the Framework focuses on the provision, installation, and maintenance of a Content Management System for Real Time Passenger Information (RTPI) services. The solution must be supplier-agnostic, compatible with industry standards, and capable of integrating with various data sources such as GTFS, SIRI, BODS, and RSS. Core functions include generating and distributing content, ranging from real-time transport schedules to multimedia advertising across Passenger Information Displays (PIDs). The system must support sophisticated management features via a web based portal, enabling authorised users to customise layouts, control content, manage access rights, and handle multilingual messaging. Technical requirements also emphasise scalability, open interfaces, cloud hosting, and robust security aligned withGDPR and industry best practices. The CMS must incorporate monitoring, fault management, and reporting tools to ensure continuous service quality.Delivery and operational requirements demand processes for commissioning, testing, migration, and ongoing maintenance. This includes defined backup and recovery standards, structured PID interfacing using the RTiG CMS to PID Interface Protocol, andclear documentation practices. Testing phases encompass integration, factory, user acceptance, and site acceptance tests, alongside a silent running period to verify system stability. The supplier must adopt formal project management methods, provide comprehensive training, and meet strict service levels and KPIs. Ongoing operations require high levels of system availability, regular capacity planning, software updates, andcontinuous audit trails. The Fault Management System must allow for proactive monitoring, logging, and resolution of issues, while ensuring operational transparency through monthly reporting and maintenance reviews.


Lot 2. Ticket Vending Machines

Description

The Ticket Vending Machine (TVM) Lot within the Framework is centered on ensuring modern, reliable, and accessible equipment that aligns with operational and customer service goals. The document outlines the technical requirements, emphasizing durability, compliance with accessibility standards, and integration with existing transport systems. A key outcome is the selection of machines that support a wide range of payment options, including contactless cards, mobile payments, and traditional cash handling, which ensures inclusivity for all passenger demographics. Additionally, the procurement processhas prioritized machines with strong cybersecurity features, remote monitoring capabilities, and straightforward maintenance processes to minimize downtime and operating costs.Another important outcome is the alignment of the TVMs with long-term strategic objectives such as sustainability, scalability, and future-proofing. The chosen machines will need to meet environmental standards, with energy-efficient components andrecyclable materials, while also offering flexibility for future upgrades such as new ticketing products or additional payment methods. User experience is a central consideration, with interfaces designed for clarity, multilingual support, and accessible features for passengers with disabilities. Overall, the procurement process has delivered outcomes that balance technical robustness, customer usability, and value for money,ensuring that the TVMs can serve as a reliable backbone of the transport network for years to come.


Lot 3. Electronic Ticket Machines

Description

This Framework Lot is seeking the provision of Fixed ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment.Fixed ETMs are important in enabling a passenger to board and pay for transport, via multiple methods including ITSO Smart Cards, Contactless EMV, Tap-On Tap-Off (ToTo), ABT, Electronic Tokens, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.Fixed ETMs can come in a range of sizes and types from large single fixed ETMs on baseplates, to smaller split ETMs with no baseplates, as well as component based systems involving a fixed ETM complemented by additional Tap Off Readers or otherequipment throughout a vehicle.Fixed ETMs are usually used in safe, dry environments such as on-bus or in an office, but may be interchangeable with other vehicles where the same baseplates (where relevant) are used.Fixed ETMs can be supported by a range of support software and licences to provide additional services to the customer. These can include areas such as a dynamic back office system, real time vehicle location, SIRI feeds for Real Time Passenger Informationdisplay systems, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, BODs Compliance, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence,Traffic Light Priority Control, and Multiple Payment Systems to name but a few.This Framework Lot is seeking to host a number of Fixed ETM types, sizes, configurations as well as support equipment, services and licences to enable the Users of the Framework tohave a wide choice of supply options.This Framework Lot is seeking to host a number of ETM Suppliers for passenger transport services, who are committed to partnership working and the application of ITSO, EMV, ABT,Barcode and other forms of electronic ticketing for passengers.This Framework Lot will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authoritiesin England, Wales, Scotland, and Northern Ireland as well as National Transport Bodies such as Transport for Wales, Transport Scotland, Translink and the Department for Transport.It will also be available for use by any bus/rail/tram/ferry operator in the UK.


Lot 4. Accessible Rail Information And Support Units

Description

Accessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendlyinformation about train times, routes, facilities, and accessibility features both online and at stations. These units will also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promoteinclusivity, and make public transport a safe and welcoming option for everyone.


Lot 5. Transport and Data Managed Services

Description

The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden ofmanaging complex systems in-house, all while maintaining compliance, security, and performance standards.This Lot has 7 Parts:Lot 5 - Part 1. Journey Planning Managed ServiceLot 5 - Part 2. Consultancy Support Managed ServiceLot 5 - Part 3. Operational Data Evaluation Managed ServiceLot 5 - Part 4. Entitlement Travel Managed ServiceLot 5 - Part 5. Operator Support Managed ServiceLot 5 - Part 6. Scholars Travel Managed ServiceLot 5 - Part 7. Commercial Travel Managed Service


Contract 1. Lot 1: RTPI Content Management Systems (CMS)

Lots

Lot 1. RTPI Content Management Systems (CMS)

Suppliers (4)

Contract value

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

26 November 2025

Date assessment summaries were sent to tenderers

27 November 2025

Standstill period

  • End: 9 December 2025
  • 8 working days

Earliest date the contract will be signed

10 December 2025

Contract dates (estimated)

  • 10 December 2025 to 9 December 2033
  • 8 years

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Framework Lot 1: RTPI content Management Systems (CMS) is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer.

The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

CPV classifications

  • 30230000 - Computer-related equipment
  • 48000000 - Software package and information systems
  • 60140000 - Non-scheduled passenger transport

Contract locations

  • UK - United Kingdom

Contract 2. Lot 2. Ticket Vending Machines

Lots

Lot 2. Ticket Vending Machines

Suppliers (3)

Contract value

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

25 November 2025

Date assessment summaries were sent to tenderers

27 November 2025

Standstill period

  • End: 9 December 2025
  • 8 working days

Earliest date the contract will be signed

10 December 2025

Contract dates (estimated)

  • 10 December 2025 to 9 December 2033
  • 8 years

Main procurement category

Goods

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Framework Lot 2: Ticket Vending Machines is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer.

The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

CPV classifications

  • 30231000 - Computer screens and consoles
  • 34940000 - Railway equipment
  • 34980000 - Transport tickets
  • 48000000 - Software package and information systems

Contract locations

  • UK - United Kingdom

Contract 3. Lot 3. Electronic Ticket Machines

Lots

Lot 3. Electronic Ticket Machines

Suppliers (2)

Contract value

  • £20,000,000 excluding VAT
  • £20,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

25 November 2025

Date assessment summaries were sent to tenderers

27 November 2025

Standstill period

  • End: 9 December 2025
  • 8 working days

Earliest date the contract will be signed

10 December 2025

Contract dates (estimated)

  • 10 December 2025 to 9 December 2033
  • 8 years

Main procurement category

Goods

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Framework Lot 3: Electronic Ticket Machines is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer.

The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

CPV classifications

  • 34980000 - Transport tickets

Contract locations

  • UK - United Kingdom

Contract 4. Lot 4. Accessible Rail Information And Support Units

Lots

Lot 4. Accessible Rail Information And Support Units

Suppliers (5)

Contract value

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

25 November 2025

Date assessment summaries were sent to tenderers

27 November 2025

Standstill period

  • End: 9 December 2025
  • 8 working days

Earliest date the contract will be signed

10 December 2025

Contract dates (estimated)

  • 10 December 2025 to 9 December 2033
  • 8 years

Main procurement category

Goods

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Framework Lot 4: Accessible Rail Information And Support Units is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer.

The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

CPV classifications

  • 30231100 - Computer terminals
  • 30231200 - Consoles
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 30231320 - Touch screen monitors
  • 34940000 - Railway equipment
  • 48000000 - Software package and information systems
  • 60210000 - Public transport services by railways

Contract locations

  • UK - United Kingdom

Contract 5. Lot 5 - Transport and Data Managed Services

Lots

Lot 5. Transport and Data Managed Services

Suppliers (7)

Contract value

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

25 November 2025

Date assessment summaries were sent to tenderers

27 November 2025

Standstill period

  • End: 9 December 2025
  • 8 working days

Earliest date the contract will be signed

10 December 2025

Contract dates (estimated)

  • 10 December 2025 to 9 December 2033
  • 8 years

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Framework Lot 5: Transport and Data Managed Services has a total of 7 parts within it:

Lot 5 - Part 1. Journey Planning Managed Service

Lot 5 - Part 2. Consultancy Support Managed Service

Lot 5 - Part 3. Operational Data Evaluation Managed Service

Lot 5 - Part 4. Entitlement Travel Managed Service

Lot 5 - Part 5. Operator Support Managed Service

Lot 5 - Part 6. Scholars Travel Managed Service

Lot 5 - Part 7. Commercial Travel Managed Service

A Supplier may have bid for a single or multiple parts of the Lot and been awarded as such. Each Lot Part is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer.

The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot and Lot Part offerings and complement a wider offer.

CPV classifications

  • 34980000 - Transport tickets
  • 48000000 - Software package and information systems
  • 60140000 - Non-scheduled passenger transport
  • 72200000 - Software programming and consultancy services

Contract locations

  • UK - United Kingdom

Information about tenders

Lot 1. RTPI Content Management Systems (CMS)

  • 4 tenders received
  • 4 tenders assessed in the final stage:
    • 4 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 4 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 2. Ticket Vending Machines

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 3. Electronic Ticket Machines

  • 2 tenders received
  • 2 tenders assessed in the final stage:
    • 1 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 2 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 4. Accessible Rail Information And Support Units

  • 5 tenders received
  • 5 tenders assessed in the final stage:
    • 4 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 5 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 5. Transport and Data Managed Services

  • 7 tenders received
  • 7 tenders assessed in the final stage:
    • 6 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 7 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Procedure

Procedure type

Open procedure


Suppliers

CAMMAX LIMITED

  • Companies House: 03803278
  • Public Procurement Organisation Number: PQZJ-1522-GCBR

Unit 2a Willowbridge Way

Castleford

WF10 5NP

United Kingdom

Region: UKE45 - Wakefield

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Ticket Vending Machines

FARA AS

  • Public Procurement Organisation Number: PYDX-5614-VZNV

Falkenborgvegen 36A

Trondheim

7044

Norway

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: RTPI Content Management Systems (CMS)

FLOWBIRD TRANSPORT LIMITED

  • Companies House: 01232487
  • Public Procurement Organisation Number: PZJH-5743-MXVT

10 Willis Way

Poole

BH15 3SS

United Kingdom

Region: UKK24 - Bournemouth, Christchurch and Poole

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Lot 3. Electronic Ticket Machines

GLOBAL DISPLAY SOLUTIONS LIMITED

  • Companies House: 07017740
  • Public Procurement Organisation Number: PVPD-2483-WDPG

Unit 9 Bss House

Swindon

SN2 2PJ

United Kingdom

Region: UKK14 - Swindon

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Lot 4. Accessible Rail Information And Support Units

HUDDL MOBILITY LIMITED

  • Companies House: FC041121
  • Public Procurement Organisation Number: PJLX-8736-JWJY

Portershed 1 Bowling Green

Galway City

H91HE9E

Ireland

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

INIT INNOVATIONS IN TRANSPORTATION LIMITED

  • Companies House: 07234994
  • Public Procurement Organisation Number: PMGJ-5211-QQXQ

Price House 37 Stoney Street

Nottingham

NG1 1LS

United Kingdom

Region: UKF14 - Nottingham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Lot 3. Electronic Ticket Machines

JOURNEO PASSENGER SYSTEMS LIMITED

  • Companies House: 02437872
  • Public Procurement Organisation Number: PPCH-7825-HMWD

12 Charter Point Way

Ashby-De-La-Zouch

LE65 1NF

United Kingdom

Region: UKF22 - Leicestershire CC and Rutland

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: RTPI Content Management Systems (CMS)

KADFIRE LIMITED

  • Companies House: 03039624
  • Public Procurement Organisation Number: PZGN-5523-QYVN

61 Richmond Road

Twickenham

TW1 3AW

United Kingdom

Region: UKI75 - Hounslow and Richmond upon Thames

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Lot 4. Accessible Rail Information And Support Units

NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED

  • Companies House: 04134242
  • Public Procurement Organisation Number: PDJG-2456-CRTZ

101a Davy Road

Plymouth

PL6 8BX

United Kingdom

Region: UKK41 - Plymouth

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

SMART APPLICATIONS MANAGEMENT LIMITED

  • Companies House: 10303587
  • Public Procurement Organisation Number: PJPV-5923-GRTP

Second Floor, Cobourg House

Plymouth

PL1 1QX

United Kingdom

Region: UKK41 - Plymouth

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: Yes

Contract 5. Lot 5 - Transport and Data Managed Services

TEW ENGINEERING LTD

  • Companies House: 01134730
  • Public Procurement Organisation Number: PQJL-8634-JHHD

5 Osborne Terrace

Newcastle Upon Tyne

NE2 1SQ

United Kingdom

Region: UKC22 - Tyneside

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Lot 4. Accessible Rail Information And Support Units

THE HUB COMPANY LIMITED

  • Companies House: 03759347
  • Public Procurement Organisation Number: PHHY-3829-QTDZ

1 Montrose Villas

London

W6 9TT

United Kingdom

Region: UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: RTPI Content Management Systems (CMS)

Contract 2. Lot 2. Ticket Vending Machines

Contract 4. Lot 4. Accessible Rail Information And Support Units

THE SM@RT GROUP LTD

  • Companies House: 12436459
  • Public Procurement Organisation Number: PTBG-4139-DWDG

Suite 3 Waterside Business Centre,

Leigh

WN7 4DB

United Kingdom

Region: UKD36 - Greater Manchester North West

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Lot 4. Accessible Rail Information And Support Units

Theoremus AD

  • Public Procurement Organisation Number: PPCD-5762-BYDR

22 San Stefano, block 4, fl. 7

Sofia

1504

Bulgaria

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

TRAFI LIMITED

  • Companies House: 09326640
  • Public Procurement Organisation Number: PDRN-7892-YBWT

Menzies Llp, 2nd Floor, Magna House

Staines-Upon-Thames

TW18 4BP

United Kingdom

Region: UKJ25 - West Surrey

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

UBI TRANSPORTS

  • Public Procurement Organisation Number: PTWJ-9325-HZYH

25 RUE GAMBETTA

MACON

71000

France

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

UNICARD LIMITED

  • Companies House: 04817824
  • Public Procurement Organisation Number: PMXN-3739-XLDM

Holes Bay House, Upton Road

Poole

BH17 7AG

United Kingdom

Region: UKK24 - Bournemouth, Christchurch and Poole

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Lot 5 - Transport and Data Managed Services

VIX TECHNOLOGY UK LIMITED

  • Companies House: 03039051
  • Public Procurement Organisation Number: PMJL-5169-MRDN

Ridgecourt The Ridge

Surrey

KT18 7EP

United Kingdom

Region: UKJ26 - East Surrey

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1: RTPI Content Management Systems (CMS)

WORLDLINE IT SERVICES UK LIMITED

  • Companies House: 08514184
  • Public Procurement Organisation Number: PZDC-4647-GCGJ

Beeston Business Park, 1 Technology Drive

Nottingham

NG9 1LA

United Kingdom

Region: UKF16 - South Nottinghamshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Ticket Vending Machines


Contracting authority

SOUTH WEST SMART APPLICATIONS LIMITED

  • Companies House: 07205882
  • Public Procurement Organisation Number: PXRH-2169-YCGM

14 High Cross

Truro

TR1 2AJ

United Kingdom

Region: UKK30 - Cornwall and Isles of Scilly

Organisation type: Public authority - sub-central government