Transpennine Trains Limited: Ticket Office Machines (TOMS) & Mobile Ticket Issuing System (MTIS)

  Transpennine Trains Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Ticket Office Machines (TOMS) & Mobile Ticket Issuing System (MTIS)
Notice type: Contract Notice - Utilities
Authority: Transpennine Trains Limited
Nature of contract: Supplies
Procedure: Restricted
Short Description: Transpennine are looking to modernise aspects of our customer proposition including the way that tickets are issued both in our ticket offices and on board our trains. We want these channels to be as easy as possible for our staff and customer to use. As well as being reliable, the retail solution must demonstrably reduce the cost of sales
Published: 25/04/2024 16:38
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Manchester: Ticket-issuing machines.
Section I: Contracting Authority
      I.1) Name and addresses
             Transpennine Trains Limited
             Bridgewater House,, 58-60 Whitworth Street, Manchester, M26 1UQ, United Kingdom
             Tel. +44 7812699201, Email: sarah.ireland@tpexpress.co.uk
             Contact: Sarah Ireland
             Main Address: https://www.tpexpress.co.uk
             NUTS Code: UKD33
      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-Manchester:-Ticket-issuing-machines./2EFDZ2M98T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Not provided

      I.6) Main activity:
            Railway services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Ticket Office Machines (TOMS) & Mobile Ticket Issuing System (MTIS)       
      Reference Number: TPT/TOMS & MTIS/SI24-25
      II.1.2) Main CPV Code:
      30144200 - Ticket-issuing machines.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Transpennine are looking to modernise aspects of our customer proposition including the way that tickets are issued both in our ticket offices and on board our trains. We want these channels to be as easy as possible for our staff and customer to use. As well as being reliable, the retail solution must demonstrably reduce the cost of sales       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000       
      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: Not provided

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 (TOMs & MTIS) – Fully Managed Service       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      30123100 - Ticket-validation machines.
      34980000 - Transport tickets.
      42991230 - Ticket printers.
      50316000 - Maintenance and repair of ticket-issuing machinery.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: TPT is looking to issue one contract covering both TOMs and MTIS. The solutions will need to be a cost effective, flexible, RDG accredited solution that meets the needs of our retail strategy. This lot will include the full supply and support of all hardware and software components for the MTIS and TOM solution. Volume required 37 TOMs and 225 MTIS (approx. figures)
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: PT anticipate a three-year contract to match business plan horizons and give flexibility for industry reform, (with options to extend by a further two years).
      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: Lot 2 (TOMs & MTIS) – Full supply and support of software solution and mixture of hardware support only & hardware supply & support.       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      30123100 - Ticket-validation machines.
      30144200 - Ticket-issuing machines.
      34980000 - Transport tickets.
      42991230 - Ticket printers.
      50316000 - Maintenance and repair of ticket-issuing machinery.
      50317000 - Maintenance and repair of ticket-validation machinery.
      
      II.2.3) Place of performance:
      UKD33 Manchester
      
      II.2.4) Description of procurement: We have some of our own new hardware. We are looking for a option of having a full supply and support of software solution and mixture of hardware support only & hardware supply & support.
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: TPT anticipate a three-year contract to match business plan horizons and give flexibility for industry reform, (with options to extend by a further two years).
      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       
      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
      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.2.2) Contract performance conditions          
      Not Provided          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO              
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   
   
   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: 24/05/2024 Time: 11:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Not Provided      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Ticket-issuing-machines./2EFDZ2M98T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2EFDZ2M98T
   VI.4) Procedures for review
   VI.4.1) Review body:
             TransPennine Trains Limited
       Bridgewater House,, 58-60 Whitworth Street, Manchester, M1 6LT, 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: 25/04/2024

Annex A


View any Notice Addenda

View Award Notice