Southeastern Railway has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Ticketing Machine Procurement |
Notice type: | Voluntary Ex-Ante Transparency Notice |
Authority: | Southeastern Railway |
Nature of contract: | Services |
Procedure: | ???respondToList.procedureType.NEGOTIATED_WITHOUT_PRIOR_PUBLICATION??? |
Short Description: | Please note this is a Voluntary Transparency Notice and this contract variation is not yet signed (meaning the ‘Award of Contract’ section and the ‘Date of conclusion of the contract / concession award decision’ of 05/06/25 are not valid). This notice informs bidders of a change of scope in procurement notice 2024/S 000-041499 from awarding a framework agreement that subsidiaries of DfT Operator Limited (as defined legally at the time of our original notice) could call-off, to a framework agreement which can be used by subsidiaries of DfT Operator Limited or operators under a National Rail Contract awarded by the DfT. The Contracting Authority intends to execute this variation subject to (i) receiving no notice during the 10-day standstill period of any intention to challenge the award process; (ii) successful completion of the Ticketing Machine Procurement process and associated required approvals. The Contracting Authority will observe the 10-day standstill from the date this notice. |
Published: | 12/06/2025 13:52 |
View Full Notice
Preliminary Questions
This notice is published by:
Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Southeastern Railway (SE Trains Limited)
4 More London Riverside, London, SE1 2AU, United Kingdom
Tel. +44 7772769040, Email: becky.bowers@southeasternrailway.co.uk
Main Address: https://www.southeasternrailway.co.uk/
NUTS Code: UKI44
I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
Other type:: Railway Transport Services
I.5) Main Activity (in the case of a notice published by a contracting authority)
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Ticketing Machine Procurement.
Reference number: Not Provided
II.1.2) Main CPV code:
50316000 - Maintenance and repair of ticket-issuing machinery.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Please note this is a Voluntary Transparency Notice and this contract variation is not yet signed (meaning the ‘Award of Contract’ section and the ‘Date of conclusion of the contract / concession award decision’ of 05/06/25 are not valid). This notice informs bidders of a change of scope in procurement notice 2024/S 000-041499 from awarding a framework agreement that subsidiaries of DfT Operator Limited (as defined legally at the time of our original notice) could call-off, to a framework agreement which can be used by subsidiaries of DfT Operator Limited or operators under a National Rail Contract awarded by the DfT. The Contracting Authority intends to execute this variation subject to (i) receiving no notice during the 10-day standstill period of any intention to challenge the award process; (ii) successful completion of the Ticketing Machine Procurement process and associated required approvals. The Contracting Authority will observe the 10-day standstill from the date this notice.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 410,161,928
Currency: GBP
II.2) Description Lot No. 1
II.2.1) Title: Ticketing Machine Procurement: Ticket Vending Machines Lot No: 1
II.2.2) Additional CPV codes:
50316000 - Maintenance and repair of ticket-issuing machinery.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement:
Lot 1 is for Ticket Vending Machines.
II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)
Not provided
II.2.11) Information about options:
Options: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information:
Not provided
II.2) Description Lot No. 2
II.2.1) Title: Ticketing Machine Procurement: Ticket Office Machines Lot No: 2
II.2.2) Additional CPV codes:
50316000 - Maintenance and repair of ticket-issuing machinery.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement:
Lot 2 is for Ticket Office Machines.
II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)
Not provided
II.2.11) Information about options:
Options: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information:
Not provided
II.2) Description Lot No. 3
II.2.1) Title: Ticketing Machine Procurement: Mobile Ticket Issuing Systems Lot No: 3
II.2.2) Additional CPV codes:
50316000 - Maintenance and repair of ticket-issuing machinery.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement:
Lot 3 is for Mobile Ticket Issuing Systems.
II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)
Not provided
II.2.11) Information about options:
Options: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information:
Not provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Negotiated procedure without prior publication (in accordance with Article 32 of Directive 2014/24/EU)
IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement:Yes
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2)Administrative Information
IV.2.1) Previous publication concerning this procedure:
Notice number in OJ S: Not provided
Section V: Award Of Contract/Concession
Award of Contract/Concession No: 1
Contract No: N/A Lot Number: Not Provided Title: N/A
V.2) Award of contract/concession
V.2.1) Date of contract award decision: 05/06/2025.
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No .
V.2.3) Name and address of the contractor/concessionaire, No. 1:
N/A, N/A
N/A, NW1 1AA, United Kingdom
NUTS Code: UK
The contractor/concessionaire will be an SME: No
V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: 410,161,928
Total value of the contract/lot/concession 410,161,928
Currency: GBP
V.2.5) Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.3) Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=947767769 GO-2025612-PRO-30978144 TKR-2025612-PRO-30978143
VI.4) Procedures for review
VI.4.1) Review Body
High Court of England & Wales
7 The Rolls Building, Fetter Lane, London, EC4A 1NL, United Kingdom
V1.4.2) Body responsible for mediation procedures:
Not Provided .
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 12/06/2025
Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not provided
The works, supplies or services can be provided only by a particular economic operator for the following reason: Not Provided
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: Yes
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: Not Provided
3. Explanation
Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
The change outlined in this notice consists of correcting the scope of the procurement from awarding a framework agreement that subsidiaries of DfT Operator Limited (as defined legally at the time) could call-off, to a framework agreement which can be used by subsidiaries of DfT Operator Limited or operators under a National Rail Contract awarded by the DfT. This is lawful as the change meets the requirements of Chapter 4, Regulation 88 of the Utilities Contract Regulation 2016. That is to say, the change meets the requirements of Regulation 88 (1) (c) parts (i) and (ii), which states that (i) 'the need for modification has been brought about by circumstances which a diligent utility could not have foreseen' and (ii) 'the modification does not alter the overall nature of the contract'. The requirements of (i) are satisfied as The Customer (Southeastern) has been made aware of an incumbent supplier's intention to exit the market, which is a genuinely unforeseen event which limits the ability of the Customer to re-run the procurement, and introduces a need to widen the scope and allow for future subsidiaries of DfT Operator Limited to make use of the framework agreement (including subsidiaries who do not yet hold subsidiary legal status). The impact of this unforeseen event is the cause of the need to change the entities that can call off against the framework.