The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
Transport & Mobility Managed Service (TMMS) and Associated Services
Reference number: DN2681
II.1.2) Main CPV code
30162000
II.1.3) Type of contract
Supplies
II.1.4) Short description
London Councils requirement tender shall be divided in to 4 lots:
Lot 1 Card Management System (CMS) or Customer Relationship Management system (CRM) IT Solution and Portal
Lot 2 Managed Service Integrated Transport Smartcard Organisation (ITSO) Back Office & Host Operator or Processing System (HOPS) Managed Service
Lot 3 Data Matching, Cleansing & Management Services
Lot 4 Health Emergency Badge
II.1.5) Estimated total value
Value excluding VAT:
16 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Lot No: 1
II.2.1) Title
Card Management System (CMS) or Customer Relationship Management system (CRM) IT Solution & Portal
II.2.2) Additional CPV code(s)
48445000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
London Councils is responsible for the delivery of the Concessionary Transport Schemes, which includes a statutory duty to issue and manage ITSO smartcards/ smart media and the technical infrastructure to support operator ticketing systems. Smartcard / smart media technology. The Council's contract for online customer portal and card management bureau is due to end in October 2025 and must be replaced. The new solution should be cost effective and ensure the continuity and future development of smart card ticketing in London over the next five years.
Specifically the London Councils is looking to purchase the following services:
• Data Transfer / Transition to a new system;
• Customer Relationship Management or Case Management software system;
• Online portal for ordering Smart Card / Media for use by general public and or Transport Staff;
• Data Analytics;
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:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
06/04/2035
This contract is subject to renewal: Yes
Description of renewals:
The initial term of the contract is five years from April 2025 to April 2030. Thereafter five extensions, of 12 monthly increments, are allowed taking the end date to April 2035.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Managed Service, Contact Centre, Card Production, ITSO & HOPS
II.2.2) Additional CPV code(s)
30162000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The production of cards from validated data through personalisation to their dispatch by post. The service is to be compliant with the relevant ECNTS and ITSO specification and usually requires personalisation and encoding on Oyster pre encoded cards, some cards (less than 1%) may be issued as Oyster only. The contractor will be required to hold in stock pre-encoded Oyster cards.
To personalise and/or produce smart, magnetic strip or other cards for London Councils and other authorities. This may include cards for the London Taxicard scheme which are currently magnetic strip and require personalisation. The contractor must offer a tariff for card purchase, bespoke card encoding, personalisation, application processing, data capture and validation, card management and customer interface.
• Commercial Smart Card / Smart Media;
• Production of Smart Cards / Media;
• Distribution of Smart Cards/Media;
• Smart Card / Media support through a back-office system (HOPS);
• Contact centre;
• Secure Smart Card / Media data exchange(ISAM);
• Hosting Services;
• Maintenance and Support as appropriate for the all the above services;
• PCI DSS compliant payment mechanism;
• System integration of all of the above services including utilising API's to connect to other local authority 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:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
06/04/2035
This contract is subject to renewal: Yes
Description of renewals:
The initial term of the contract is five years from April 2025 to April 2030. Thereafter five extensions, of 12 monthly increments, are allowed taking the end date to April 2035.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 3
II.2.1) Title
Data Matching, Cleansing & Management Services
II.2.2) Additional CPV code(s)
72316000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Data Matching, Cleansing & Management Services
Data cleansing and verification services for concessionary travel.
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:
230 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
06/04/2035
This contract is subject to renewal: Yes
Description of renewals:
The initial term of the contract is five years from April 2025 to April 2030. Thereafter five extensions, of 12 monthly increments, are allowed taking the end date to April 2035.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 4
II.2.1) Title
Health Emergency Badge (HEB) CMS & Card Production
II.2.2) Additional CPV code(s)
30162000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The HEB is for health professionals involved in the delivery of primary urgent healthcare to patients in their place of residence'
LC intends to rebrand this service to bring it in line with current day practices and to allow a more efficient process for applicants, boroughs and LC officers to manage the scheme with autonomy and accountability.
The CMS must have the capability for LC officers to manage and process applications electronically and provide specific management reports to support the system functionality.
The CMS will allow health professionals to apply for, pay, track and manage their applications on the system efficiently and effectively.
The CMS will have a secure access portal for local authorities to access certain defined badge and HPO user details within their borough.
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:
800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
06/04/2035
This contract is subject to renewal: Yes
Description of renewals:
The initial term of the contract is five years from April 2025 to April 2030. Thereafter five extensions, of 12 monthly increments, are allowed taking the end date to April 2035.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
VI.4.1) Review body
Royal Court of Justice
Strand
London
WC2A2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Court of Justice
Strand
London
WC2A2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is
communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as
soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that
aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and
Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Royal Court of Justice
Strand
London
WC2A2LL
UK