Southeastern Railway: Ticketing Machine Procurement

  Southeastern Railway is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Ticketing Machine Procurement
Notice type: Contract Notice - Utilities
Authority: Southeastern Railway
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: SE Trains Ltd are looking to establish a supply chain for the provision, ongoing maintenance and repair of various ticketing devices to drive improved customer experience, performance and value. This procurement is divided into three lots: 1. Ticketing Vending Machines, 2. Mobile Ticket Issuing Systems, and 3. Ticketing Office Machines, with no more than one supplier appointed to each Lot. The framework agreement awarded to the preferred bidder(s) will include a term of up to 8 years, and allow other DfT Operator Limited subsidiaries to call-off from. The value of the SE Trains Ltd services over the term is £67,180,545. The incremental value for call-offs for each lot is estimated to be: 1. £113,214,107, 2. £100,486,478, 3. £129,280,798. SE Trains Ltd ticketing estate includes 283 TVMs, 217 TOMs, and 271 Mobile TIS. SE Train Ltd currently have funding approved for award against Lot 1 once the framework has been awarded, with award against Lots 2 & 3 dependent upon subsequent approvals.
Published: 23/12/2024 20:44
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Maintenance and repair of ticket-issuing machinery.
Section I: Contracting Authority
      I.1) Name and addresses
             SE TRAINS LIMITED
             Second Floor, 4 More London Riverside, London, SE12AU, United Kingdom
             Tel. +44 7977272834, Email: Tim.Stockford@Southeasternrailway.co.uk
             Main Address: https://www.southeasternrailway.co.uk/
             NUTS Code: UKI44
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.delta-esourcing.com

      I.6) Main activity:
            Railway services

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: SE Trains Ltd are looking to establish a supply chain for the provision, ongoing maintenance and repair of various ticketing devices to drive improved customer experience, performance and value. This procurement is divided into three lots: 1. Ticketing Vending Machines, 2. Mobile Ticket Issuing Systems, and 3. Ticketing Office Machines, with no more than one supplier appointed to each Lot. The framework agreement awarded to the preferred bidder(s) will include a term of up to 8 years, and allow other DfT Operator Limited subsidiaries to call-off from. The value of the SE Trains Ltd services over the term is £67,180,545. The incremental value for call-offs for each lot is estimated to be: 1. £113,214,107, 2. £100,486,478, 3. £129,280,798. SE Trains Ltd ticketing estate includes 283 TVMs, 217 TOMs, and 271 Mobile TIS. SE Train Ltd currently have funding approved for award against Lot 1 once the framework has been awarded, with award against Lots 2 & 3 dependent upon subsequent approvals.       
      II.1.5) Estimated total value:
      Value excluding VAT: 410,161,928       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: All lots

II.2) Description
   
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 procurement: Lot 1 is for Ticket Vending Machines.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 148,083,907       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 procurement: Lot 2 is for Ticket Office Machines.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 142,014,254       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 procurement: Lot 3 is for Mobile Ticket Issuing Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 120,063,768       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Inclusion of SLAs in contract terms.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/02/2025 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/03/2025       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3FJW27MX8N
   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
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 23/12/2024

Annex A


View any Notice Addenda

UK-London: Maintenance and repair of ticket-issuing machinery.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       SE TRAINS LIMITED
       Second Floor, 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

Section II: Object (as stated in the original notice)

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: SE Trains Ltd are looking to establish a supply chain for the provision, ongoing maintenance and repair of various ticketing devices to drive improved customer experience, performance and value. This procurement is divided into three lots: 1. Ticketing Vending Machines, 2. Mobile Ticket Issuing Systems, and 3. Ticketing Office Machines, with no more than one supplier appointed to each Lot. The framework agreement awarded to the preferred bidder(s) will include a term of up to 8 years, and allow other DfT Operator Limited subsidiaries to call-off from. The value of the SE Trains Ltd services over the term is £67,180,545. The incremental value for call-offs for each lot is estimated to be: 1. £113,214,107, 2. £100,486,478, 3. £129,280,798. SE Trains Ltd ticketing estate includes 283 TVMs, 217 TOMs, and 271 Mobile TIS. SE Train Ltd currently have funding approved for award against Lot 1 once the framework has been awarded, with award against Lots 2 & 3 dependent upon subsequent approvals.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 05/06/2025

VI.6) Original notice reference:

   Notice Reference:    2025 - 723250   
   Notice number in OJ S:    2024/S 000 - 041499
   Date of dispatch of the original notice: 23/12/2024

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.1          
         Lot No: Not provided          
         Place of text to be modified: Email: Tim.Stockford@Southeasternrailway.co.uk Telephone: +44 7977272834          
         Instead of: Email: Tim.Stockford@Southeasternrailway.co.uk Telephone: +44 7977272834          
         Read: Email: becky.bowers@southeasternrailway.co.uk Telephone: +44 7772769040
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.3          
         Lot No: Not provided          
         Place of text to be modified: Estimated date of dispatch of invitations to tender or to participate to selected candidates: 4 March 2025          
         Instead of: Estimated date of dispatch of invitations to tender or to participate to selected candidates: 4 March 2025          
         Read: Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21 March 2025
                                    
   
VII.2) Other additional information: This corrigendum notice has been published to make bidders aware of two changes to the original contract notice: 1. The updating of Southeastern contact details relevant to this procurement from Tim Stockford to Rebecca Bowers and; 2. The tender period has been extended by 7 weeks to allow for lower levels of resource from bidders during the holiday periods which run during the tender period and to ensure high quality tender submissions. The new ITN1 submission deadline is 17:00 13th June.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Maintenance-and-repair-of-ticket-issuing-machinery./3FJW27MX8N

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3FJW27MX8N


View Award Notice