Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Transport for London
PHMT-6197-NWNZ
5 Endeavour Square
London
E201JN
UK
Person cyswllt: Shima Harji
E-bost: shimaharji@tfl.gov.uk
NUTS: UKI
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfl.gov.uk/
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Transport
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
ICT14483 Framework for Oystercard Supply
II.1.2) Prif god CPV
30162000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Establishment of a framework for the supply of contactless smartcards for the TfL ticketing and fare collection system.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 17 761 800.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
30162000
II.2.3) Man cyflawni
Cod NUTS:
UKI
II.2.4) Disgrifiad o’r caffaeliad
The Oystercard (the "Card") was launched in 2003. The current demand is around 6.5m - 8.5m cards per year comprising of 16 variants. The Cards enable TfL to collect a significant proportion of its 5 000 000 000 GBP plus revenue from customers using TfL services and some concessionary services. There are a number of variants printed with different artwork to meet the needs of different users of cards.
The version of the cards currently in use is the MIFARE DESFire EV1 or EV3 cards. Introduced by TfL in 2010, the DESFire card is a multiprocessor card with 2 000 bytes of memory and utilises 112 bit keys in AES mode (and there are also some 4 000 bytes of memory variants of this card in use). The framework agreement resulting from this procurement will last for four (4) years with the option to extend for up to 2 years. The forecasted value of these orders is between 6 000 000 GBP and 9 000 000 GBP per annum at current levels of demand although this demand may vary.
In order to maintain service continuity, agility and provide competition, it is expected that at least three suppliers will be selected for the Framework Agreement. A maximum of 4 suppliers is intended, as this should be sufficient to meet business requirements and generate the appropriate level of competition for call-offs.
All cards supplied will be required to comply with the TfL Card Specification and Artwork which will form a schedule to the contract. Cards will be required in 15 different variants physically compliant with ISO 7810 ID-1 as follows:
- 14 variants with 2k NXP MIFARE DESFire EV1 or EV3 memory chips, of which 1 variant is plain white and the other 13 variants are printed on both sides with artwork, - 1 variant with 4k NXP MIFARE DESFire EV1 or EV3 memory chips, mostly plain white with minimal artwork printed on one side.
Out of scope:
The services of enablement, fulfilment and personalisation are not included in the scope of this procurement. TfL will enable the supplied Cards onto the TfL Revenue Collection System and will fulfil customer orders by loading specific travel products and entitlements where required, and will personalise cards for individual users where required.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Technical Questions
/ Pwysoliad: 30
Maes prawf ansawdd: Responsible Procurement
/ Pwysoliad: 10
Price
/ Pwysoliad:
60
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
An initial contract term of four years, with the option to extend for a further two years on a one year plus one year basis.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-035821
IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw
Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
14/10/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 4
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Austria Card
FN 98272v
Vienna
AT
NUTS: AT
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Exceet Card Group
FN 3111013y
Kematen in Tirol
AT
NUTS: AT
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Paragon ID (UK) Limited
04891375
Hull
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
ESP Systex Holdings Limited
01599791
Kingston Upon Hull
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 17 761 800.00 GBP
Cyfanswm gwerth y contract/lot: 17 761 800.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Transport for London
London
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
15/10/2025