Expand raw payload
{
"buyer": {
"id": "GB-COH-07205882",
"name": "SOUTH WEST SMART APPLICATIONS LIMITED"
},
"date": "2025-09-01T15:30:44+01:00",
"id": "052884-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-058a27",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PXRH-2169-YCGM",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Plymouth",
"postalCode": "PL1 1QX",
"region": "UKK41",
"streetAddress": "Floor 2, Cobourg House"
},
"contactPoint": {
"email": "Procurement@nationalmobilitiesprocurementhub.co.uk",
"name": "Dr Andrew Seedhouse",
"telephone": "+447807043222"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.talktosam.co.uk"
},
"id": "GB-COH-07205882",
"identifier": {
"id": "07205882",
"scheme": "GB-COH"
},
"name": "SOUTH WEST SMART APPLICATIONS LIMITED",
"roles": [
"buyer"
]
},
{
"additionalIdentifiers": [
{
"id": "PLLV-1772-YDYN",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Surrey",
"postalCode": "KT18 5BW",
"region": "UKJ26",
"streetAddress": "Woodcote Grove, Ashley Road"
},
"contactPoint": {
"email": "ukwinwork@atkinsrealis.com"
},
"id": "GB-COH-00688424",
"identifier": {
"id": "00688424",
"scheme": "GB-COH"
},
"name": "ATKINSR\u00c9ALIS UK LIMITED",
"roleDetails": "Possible Technical Assessor",
"roles": [
"procuringEntity"
]
},
{
"additionalIdentifiers": [
{
"id": "PPXR-9114-NVLH",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Sheffield",
"postalCode": "S36 8WH",
"region": "UKE31",
"streetAddress": "36 Fields End Oxspring"
},
"contactPoint": {
"email": "tim@timrivett.co.uk"
},
"details": {
"url": "http://www.timrivett.co.uk"
},
"id": "GB-COH-10092263",
"identifier": {
"id": "10092263",
"scheme": "GB-COH"
},
"name": "TIM RIVETT CONSULTING LTD",
"roleDetails": "Possible Technical Assessor",
"roles": [
"procuringEntity"
]
},
{
"additionalIdentifiers": [
{
"id": "PMXW-9895-MJXN",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC4V 3DS",
"region": "UKI31",
"streetAddress": "First Floor North"
},
"contactPoint": {
"email": "procurement@raildeliverygroup.com"
},
"id": "GB-COH-08176197",
"identifier": {
"id": "08176197",
"scheme": "GB-COH"
},
"name": "RAIL DELIVERY GROUP LIMITED",
"roleDetails": "Possible Technical Assessor",
"roles": [
"procuringEntity"
]
},
{
"additionalIdentifiers": [
{
"id": "PCBD-6415-QXNT",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Ruislip",
"postalCode": "HA4 7BD",
"region": "UKI74",
"streetAddress": "First Floor, Jebsen House"
},
"contactPoint": {
"email": "procurement@innovatious.uk"
},
"id": "GB-COH-09766662",
"identifier": {
"id": "09766662",
"scheme": "GB-COH"
},
"name": "INNOVATIOUS LIMITED",
"roleDetails": "Possible Technical Assessor",
"roles": [
"procuringEntity"
]
},
{
"additionalIdentifiers": [
{
"id": "PDCT-9245-NWYG",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC2V 8AE",
"region": "UKI31",
"streetAddress": "3rd Floor, 1 Carey Lane"
},
"contactPoint": {
"email": "tenders_uk@systra.com"
},
"id": "GB-COH-03383212",
"identifier": {
"id": "03383212",
"scheme": "GB-COH"
},
"name": "SYSTRA LIMITED",
"roleDetails": "Possible Technical Assessor",
"roles": [
"procuringEntity"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-11-19T23:59:59Z"
},
"description": "Smart Applications Management Limited (SAM) is the trading name of South West Smart Applications Limited, a Membership based central purchasing body, which owns and runs the National Mobilities Procurement Hub for its Members. \nThis Framework is seeking the provision of RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services. \nThese five Lots form the focal point for any modern Ticketing \u0026 Information Scheme in managing customer information, journey planning, physical sales, revenue, and a range of customer facing managed services. \nLot 1: RTPI Content Management Systems (CMS)\nThe RTPI CMS Lot provides a supplier-agnostic Content Management System for Real Time Passenger Information, integrating with standards like GTFS, SIRI, BODS, and RSS. It must distribute real-time schedules and multimedia content to Passenger Information Displays, managed through a secure web portal with layout control, multilingual messaging, and access management. \nThe system must be scalable, cloud hosted, GDPR-compliant, and include monitoring, fault management, and reporting. Delivery requires commissioning, testing, migration, and maintenance, with defined backup, PID interfacing, and documentation. Suppliers must follow formal project management, deliver training, and meet strict KPIs for availability, updates, and transparency. \nLot 2: Ticket Vending Machines \nThe Ticket Vending Machine (TVM) Lot focuses on providing modern, reliable, and accessible equipment aligned with operational and customer needs. The requirements highlight durability, accessibility compliance, and integration with transport systems, while ensuring wide payment options such as contactless, mobile, and cash for inclusivity. Priority has been given to cybersecurity, remote monitoring, and easy maintenance to reduce downtime and costs. \nThe machines also support long-term goals of sustainability, scalability, and futureproofing, using energy-efficient, recyclable components and allowing upgrades for new products or payments. User experience is central, with clear interfaces, multilingual support, and accessibility for disabled passengers. Overall, the process delivers robust, user-friendly, and cost-effective TVMs that will remain a reliable backbone of the transport network.\nLot 3: Electronic Ticket Machines \nThe ETM Lot covers the supply, installation, and maintenance of Electronic Ticket Machines for public transport. Machines must support ITSO smartcards, EMV contactless, mobile ticketing (QR, barcode, NFC), and cash, while integrating with back-office systems for revenue and data exchange in line with ITSO, PCI-DSS, and BODS. They should be reliable, user-friendly, process transactions quickly, adapt to future needs, and link with Intelligent Transport Systems for real-time information and vehicle tracking. \nSuppliers must ensure strong project delivery from design and testing to deployment and lifecycle support, including staff training, spares, and repairs. Defined SLAs cover uptime, fault resolution, and updates. Security requires encryption, key management, and compliance with financial and data protection standards. Ongoing monitoring, reporting, and proactive updates are expected to maintain performance and meet evolving passenger needs.\nLot 4: Accessible Rail Information And Support Units \nAccessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendly information about train times, routes, facilities, and accessibility features both online and at stations. These units will also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promote inclusivity, and make public transport a safe and welcoming option for everyone.\nLot 5: Transport And Data Managed Services \nThe Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable \u0027managed\u0027 solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden of managing complex systems in-house, all while maintaining compliance, security, and performance standards. \nThis Lot has 7 Parts: \nLot 5 - Part 1. Journey Planning Managed Service \nLot 5 - Part 2. Consultancy Support Managed Service \nLot 5 - Part 3. Operational Data Evaluation Managed Service \nLot 5 - Part 4. Entitlement Travel Managed Service \nLot 5 - Part 5. Operator Support Managed Service \nLot 5 - Part 6. Scholars Travel Managed Service \nLot 5 - Part 7. Commercial Travel Managed Service",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "This weblink is the page where:\n1). The Framework 7 ITT is hosted;\n2). Where Framework 7 support documents are hosted;\n3). Where the RFI catalogue will be hosted, and \n4). Where core communications from SAM to all Bidders will be posted.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://www.nationalmobilitiesprocurementhub.co.uk/latest"
},
{
"description": "The Associated tender document outlines in more detail the organisations eligible to use the Framework.",
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-4694",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4694"
},
{
"datePublished": "2025-09-01T15:30:44+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "052884-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/052884-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-09-26T12:00:00+01:00"
},
"id": "SAM 007: NMPH Framework 7",
"items": [
{
"additionalClassifications": [
{
"description": "Computer-related equipment",
"id": "30230000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Non-scheduled passenger transport",
"id": "60140000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Computer screens and consoles",
"id": "30231000",
"scheme": "CPV"
},
{
"description": "Railway equipment",
"id": "34940000",
"scheme": "CPV"
},
{
"description": "Transport tickets",
"id": "34980000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Transport tickets",
"id": "34980000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Computer terminals",
"id": "30231100",
"scheme": "CPV"
},
{
"description": "Consoles",
"id": "30231200",
"scheme": "CPV"
},
{
"description": "Display screens",
"id": "30231300",
"scheme": "CPV"
},
{
"description": "Flat panel displays",
"id": "30231310",
"scheme": "CPV"
},
{
"description": "Touch screen monitors",
"id": "30231320",
"scheme": "CPV"
},
{
"description": "Railway equipment",
"id": "34940000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Public transport services by railways",
"id": "60210000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "4",
"relatedLot": "4"
},
{
"additionalClassifications": [
{
"description": "Transport tickets",
"id": "34980000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Non-scheduled passenger transport",
"id": "60140000",
"scheme": "CPV"
},
{
"description": "Software programming and consultancy services",
"id": "72200000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "5",
"relatedLot": "5"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Quality/Technical",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Social Value",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "The Award Criteria are identified in the Tender documentation."
},
"contractPeriod": {
"endDate": "2033-11-30T23:59:59Z",
"startDate": "2025-11-30T00:00:00Z"
},
"description": "The RTPI CMS Lot within the Framework focuses on the provision, installation, and maintenance of a Content Management System for Real Time Passenger Information (RTPI) services. The solution must be supplier-agnostic, compatible with industry standards, and capable of integrating with various data sources such as GTFS, SIRI, BODS, and RSS. Core functions include generating and distributing content, ranging from real-time transport schedules to multimedia advertising across Passenger Information Displays (PIDs). The system must support sophisticated management features via a web based portal, enabling authorised users to customise layouts, control content, manage access rights, and handle multilingual messaging. Technical requirements also emphasise scalability, open interfaces, cloud hosting, and robust security aligned with\nGDPR and industry best practices. The CMS must incorporate monitoring, fault management, and reporting tools to ensure continuous service quality.\nDelivery and operational requirements demand processes for commissioning, testing, migration, and ongoing maintenance. This includes defined backup and recovery standards, structured PID interfacing using the RTiG CMS to PID Interface Protocol, and\nclear documentation practices. Testing phases encompass integration, factory, user acceptance, and site acceptance tests, alongside a silent running period to verify system stability. The supplier must adopt formal project management methods, provide comprehensive training, and meet strict service levels and KPIs. Ongoing operations require high levels of system availability, regular capacity planning, software updates, and\ncontinuous audit trails. The Fault Management System must allow for proactive monitoring, logging, and resolution of issues, while ensuring operational transparency through monthly reporting and maintenance reviews.",
"hasOptions": true,
"id": "1",
"options": {
"description": "Each Framework Lot is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer. \nThe Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "RTPI Content Management Systems (CMS)",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Quality/Technical",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Social Value",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "The Award Criteria are identified in the Tender documentation."
},
"contractPeriod": {
"endDate": "2033-11-30T23:59:59Z",
"startDate": "2025-11-30T00:00:00Z"
},
"description": "The Ticket Vending Machine (TVM) Lot within the Framework is centered on ensuring modern, reliable, and accessible equipment that aligns with operational and customer service goals. The document outlines the technical requirements, emphasizing durability, compliance with accessibility standards, and integration with existing transport systems. A key outcome is the selection of machines that support a wide range of payment options, including contactless cards, mobile payments, and traditional cash handling, which ensures inclusivity for all passenger demographics. Additionally, the procurement process\nhas prioritized machines with strong cybersecurity features, remote monitoring capabilities, and straightforward maintenance processes to minimize downtime and operating costs.\nAnother important outcome is the alignment of the TVMs with long-term strategic objectives such as sustainability, scalability, and future-proofing. The chosen machines will need to meet environmental standards, with energy-efficient components and\nrecyclable materials, while also offering flexibility for future upgrades such as new ticketing products or additional payment methods. User experience is a central consideration, with interfaces designed for clarity, multilingual support, and accessible features for passengers with disabilities. Overall, the procurement process has delivered outcomes that balance technical robustness, customer usability, and value for money,\nensuring that the TVMs can serve as a reliable backbone of the transport network for years to come.",
"hasOptions": true,
"id": "2",
"options": {
"description": "Each Framework Lot is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer. \nThe Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Ticket Vending Machines",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Quality/Technical",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Social Value",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "The Award Criteria are identified in the Tender documentation."
},
"contractPeriod": {
"endDate": "2033-11-30T23:59:59Z",
"startDate": "2025-11-30T00:00:00Z"
},
"description": "This Framework Lot is seeking the provision of Fixed ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment.\nFixed ETMs are important in enabling a passenger to board and pay for transport, via multiple methods including ITSO Smart Cards, Contactless EMV, Tap-On Tap-Off (ToTo), ABT, Electronic Tokens, Multi-format Barcodes (including QR Codes), Cash, Stored Value Payment Cards and similar methods.\nFixed ETMs can come in a range of sizes and types from large single fixed ETMs on baseplates, to smaller split ETMs with no baseplates, as well as component based systems involving a fixed ETM complemented by additional Tap Off Readers or other\nequipment throughout a vehicle.\nFixed ETMs are usually used in safe, dry environments such as on-bus or in an office, but may be interchangeable with other vehicles where the same baseplates (where relevant) are used.\nFixed ETMs can be supported by a range of support software and licences to provide additional services to the customer. These can include areas such as a dynamic back office system, real time vehicle location, SIRI feeds for Real Time Passenger Information\ndisplay systems, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, BODs Compliance, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence,\nTraffic Light Priority Control, and Multiple Payment Systems to name but a few.\nThis Framework Lot is seeking to host a number of Fixed ETM types, sizes, configurations as well as support equipment, services and licences to enable the Users of the Framework to\nhave a wide choice of supply options.\nThis Framework Lot is seeking to host a number of ETM Suppliers for passenger transport services, who are committed to partnership working and the application of ITSO, EMV, ABT,\nBarcode and other forms of electronic ticketing for passengers.\nThis Framework Lot will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities\nin England, Wales, Scotland, and Northern Ireland as well as National Transport Bodies such as Transport for Wales, Transport Scotland, Translink and the Department for Transport.\nIt will also be available for use by any bus/rail/tram/ferry operator in the UK.",
"hasOptions": true,
"id": "3",
"options": {
"description": "Each Framework Lot is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer. \nThe Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Electronic Ticket Machines",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Quality/Technical",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Social Value",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "The Award Criteria are identified in the Tender documentation."
},
"contractPeriod": {
"endDate": "2033-11-30T23:59:59Z",
"startDate": "2025-11-30T00:00:00Z"
},
"description": "Accessible Rail Information and Support Units play a vital role in ensuring that all passengers, including those with disabilities or additional needs, can travel with confidence and independence. These units provide clear, consistent, and user-friendly\ninformation about train times, routes, facilities, and accessibility features both online and at stations. These units will also offer facilities through which passengers can ask for assistance with practical help like boarding support, guidance through stations, and access to mobility aids. By combining reliable information with on-the-ground assistance, Accessible Rail Information and Support Units break down barriers to travel, promote\ninclusivity, and make public transport a safe and welcoming option for everyone.",
"hasOptions": true,
"id": "4",
"options": {
"description": "Each Framework Lot is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer. \nThe Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Accessible Rail Information And Support Units",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Quality/Technical",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Social Value",
"type": "quality"
},
{
"description": "The Award Criteria are identified in the Tender documentation.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "The Award Criteria are identified in the Tender documentation."
},
"contractPeriod": {
"endDate": "2033-11-30T23:59:59Z",
"startDate": "2025-11-30T00:00:00Z"
},
"description": "The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable \u0027managed\u0027 solutions for handling the movement and management of critical transport and data information and services. By using managed services, purchasers benefit from expert monitoring, proactive issue resolution, and optimised infrastructure without the burden of\nmanaging complex systems in-house, all while maintaining compliance, security, and performance standards.\nThis Lot has 7 Parts:\nLot 5 - Part 1. Journey Planning Managed Service\nLot 5 - Part 2. Consultancy Support Managed Service\nLot 5 - Part 3. Operational Data Evaluation Managed Service\nLot 5 - Part 4. Entitlement Travel Managed Service\nLot 5 - Part 5. Operator Support Managed Service\nLot 5 - Part 6. Scholars Travel Managed Service\nLot 5 - Part 7. Commercial Travel Managed Service",
"hasOptions": true,
"id": "5",
"options": {
"description": "Each Framework Lot is based around a core offering, which is defined and enables the Suppliers to be compared against each other to determine the Most Advantageous Tenderer. \nThe Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Transport and Data Managed Services",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"participationFees": [
{
"description": "SAM applies a Management Fee to call off Orders from the Framework. The standard fee is 3% with Bidders including the fee within their Pricing Matrix Proformas. Where the fee is different, this is clearly outlined within the Framework documentation and Pricing Matrix.",
"id": "ocds-h6vhtk-058a27",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.03
},
"type": [
"win"
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://www.nationalmobilitiesprocurementhub.co.uk/latest \nThis is the link to the ITT. Section 2.11 of the ITT confirms that Tenders can be submitted by email to procurement@nationalmobilitiesprocurementhub.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "Scottish Local Authorities\nScottish Government \u0026 Executive Agencies\nTransport Scotland\nScottish Regional Transport Partnerships\nUnitary Authorities in Wales\nWelsh Government \u0026 Executive Agencies\nTransport for Wales\nWelsh Transport Partnerships\nWales Transport Commissions\nMetropolitan District Councils in England\nUnitary Authorities in England\nCounty Councils in England\nMayoral Authorities in England\nCombined Authorities in England\nCity Regions in England\nLondon Borough Councils\nOther Transport Bodies\nTransport for London\nDepartment for Transport\nDistrict Borough and City Councils\nCouncils in Northern Ireland\nAll Transport Bodies in Northern Ireland\nTranslink\nAny other Public Sector body in the UK with an interest in transport or any UK transport operator\nAll Rail TOCs in the UK\nRail Delivery Group acting through ATOC Ltd and working in conjunction with partners\nAny Member of SAM at the time they wish to Call-Off from the Framework. See www.talktosam.co.uk. \nAlso see Documents Section",
"description": "When SAM or a SAM Member wishes to undertake a call off from the Framework, the Buyers requirements are compared against all Framework Lot Suppliers available who could meet the Buyers requirements, to identify the most advantageous supplier. The Buyer has the right to apply their own percentage weightings for each of the Quality/Technical, Financial and Social Value award criteria in line with the bandings detailed within the Tender. \nA Buyer also has the option to run through SAM a competitive flexible procedure (CFP) as appropriate.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2033-11-30T23:59:59Z",
"type": "open"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-10-06T12:00:00+01:00"
},
"title": "RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
}
}