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 |
View Full Notice
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
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M26 1UQ, United Kingdom
Tel. +44 7974375155, Email: dave.taylor@tpexpress.co.uk
Contact: Dave Taylor
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.6) Main activity:
Railway services
Section II: Object Of The Contract
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: The provision of both Ticket Office Machines (TOMS) & Mobile Ticket Issuing System (MTIS) at TransPennine Trains managed stations and trains.
II.1.6) Information about lots
This contract is divided into lots: Yes
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 code(s):
30123100 - Ticket-validation machines.
34980000 - Transport tickets.
42991230 - Ticket printers.
50316000 - Maintenance and repair of ticket-issuing machinery.
II.2.3) Place of performance
Nuts code:
UKD33 - Manchester
Main site or place of performance:
Manchester
II.2.4) Description of the procurement: The procurement is for the provision of Software licenses with maintenance and support on all current MTIS and TOMS equipment.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Presentation and demonstration / Weighting: 29
Quality criterion - Name: Solution / Weighting: 19
Quality criterion - Name: Programme Plan / Weighting: 4
Quality criterion - Name: Sustainability & Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 38
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: There was no award under Lot 1 of the procurement
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 code(s):
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
Nuts code:
UKD33 - Manchester
Main site or place of performance:
Manchester
II.2.4) Description of the procurement: The procurement for full supply and support of software solution, mixture of hardware support only & hardware supply & support for MTIS and TOMS systems.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Presentation and demonstration / Weighting: 29
Quality criterion - Name: Solution / Weighting: 19
Quality criterion - Name: Programme Plan / Weighting: 4
Quality criterion - Name: Sustainability & Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 38
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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: 2024/S 000-013515
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/02/2025
V.2.2) Information about tenders
Agree to publish? Yes
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor
Agree to publish? Yes
Contractor (No.1)
THE TICKET KEEPER LTD, 08779935
Orchard Hey Rye Lane, Otford, Sevenoaks, Kent, TN14 5JF, United Kingdom
NUTS Code: UKD33
The contractor is an SME: Yes
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=937378205
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 review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 28/03/2025