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 |
View Full Notice
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
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