Award

Extension of Revenue Collection Contract ("RCC") with Cubic

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Award

23 Jun 2022 at 16:02

Summary of the contracting process

Transport for London (TfL) has awarded a contract for the Extension of the Revenue Collection Contract with Cubic Transportation Systems Ltd. This procurement falls under the IT services industry category, particularly focusing on consulting, software development, and support services. The contract, which has an active status, involves a limited procurement method without prior publication of a call for competition. It is in the award stage, having been signed on 23 June 2022, extending the existing services until 16 August 2026 to facilitate a smooth transition and the planned rollout of new bus readers, now targeted for completion by June 2026 due to delays.

This tender presents significant opportunities for businesses in the IT services sector, particularly those specialising in automatic fare collection systems, software development, and related technologies. Companies keen to participate should possess experience in complex service transitions and demonstrate capabilities in providing ongoing support during handover periods. Newcomer bidders will benefit from the structured environment created by TfL, allowing them to prepare competitive proposals and engage with the current supplier for critical information during the tender process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Extension of Revenue Collection Contract ("RCC") with Cubic

Notice Description

In 2014, after a competitive tender, TfL entered into the RCC with Cubic Transportation Systems Ltd ("Cubic") for an initial term of 7 years, starting 17 August 2015, with an option to extend for a further 3 years. TfL exercised that option in 2017 and the RCC is now due to expire on 16 August 2025. TfL is in the pre-tender stages of retendering the RCC services. Given the complexity and importance of these services and the time required to complete the competitive tender and handover, and the numerous contingent factors which could delay this process, including anticipated delays in completing the replacement card reader roll-out programme, TfL considers that the RCC needs to be extended by one year, until 16 August 2026 ("Extension") in order to give sufficient flexibility and certainty that these contingent programme risks can be managed appropriately. As explained at IV.1.1 below, TfL considers that the Extension benefits from the exemption in Reg. 88(1)(b) UCR.

Lot Information

Lot 1

As noted at II.1.4) above, in August 2015, pursuant to a competitive tender process, TfL entered into the RCC with Cubic. Cubic was awarded the RCC for an initial term of seven years, commencing 17 August 2015, with an option to extend for a further three years. TfL exercised that option in 2017 and the RCC is now due to expire on 16 August 2025. TfL is in the pre-tender stages of its project to retender (via a competitive dialogue) the RCC revenue collection services following expiry of the RCC ("Project Proteus"). Given the complexity and importance to TfL and the travelling public of the revenue collection services and the time required to structure, launch and complete the competitive tender and handover for Project Proteus, and taking into account the numerous contingent factors which could delay Project Proteus, including anticipated delays in completing the replacement card reader roll-out programme (discussed further below), TfL considers that the Extension is needed in order to give sufficient flexibility and certainty that these contingent programme risks can be managed appropriately. The current card readers (which were installed around 2010) are now reaching their end of design life, which creates asset management and revenue risk which would otherwise be unpalatable to TfL and potentially unacceptable to newcomer bidders. It is important for the competitiveness of the Proteus tender to ensure that there is a demonstrably working card reader which the successful bidder can inherit and operate (at least for the bus element of the Proteus procurement, with options available for the installation of the less time-critical rail element). By giving TfL enough time to work with Cubic under the RCC to design, manufacture and complete bus (but not rail) rollout of the new reader, TfL can demonstrate to newcomer bidders that these risks are appropriately mitigated. As explained at sections IV.1.1 [and VI.3] below, TfL considers that the Extension benefits from the exemption for "additional services" in Regulation 88(1)(b) of the UCR. This exemption allows for the non-competitive procurement of additional services that have become necessary, where a change of contractor cannot be made for economic or technical reasons and where such a change would cause significant inconvenience or duplication of costs.

Procurement Information

TfL considers that the Extension benefits from the exemption in Reg. 88(1)(b) UCR, for the following reasons. The Extension has become necessary in order for TfL to: (i) demonstrate to newcomer bidders that there is a working card reader which the successful bidder can inherit and operate; (ii) deliver an appropriately structured and planned Project Proteus re-procurement programme based on a level playing-field where newcomer bidders are given the necessary information, reading-in time and opportunities to discuss the replacement services with TfL; and (iii) ensure a smooth and risk-mitigated transition from Cubic to any new contractor. It would be very difficult to bring in a different contractor on a short-term basis in a way that safeguarded the continued operation of TfL's revenue collection system and achieved value for money for TfL. Running a competitive tender for a short-term extension ahead of the larger Project Proteus tender process would also involve substantial duplication of costs for TfL and could delay completion of the Proteus tender process. The 12-month duration of the Extension is reasonable and necessary, given the following factors: * due to various factors (including the component supply difficulties arising from the war in Ukraine) TfL has concluded that targeting July 2025 for completing the deployment of the new bus readers is not achievable, and, after taking into account recent input from Cubic, TfL is now working with a revised programme targeting June 2026; * the complexity of the services and the need for newcomer bidders to immerse themselves in information so that they can submit compliant and competitive proposals; * the inherent advantage held by Cubic, which may only be mitigated via the provision of adequate time and information to newcomer bidders during the procurement process; * the complexity of transitioning from Cubic to a new supplier, where the new supplier is likely to require significant handover and early life support from Cubic, and recent market feedback about the likely timeline required for that transition; and * the need to allow for potential delays arising from contingencies such as (i) possible force majeure events resulting from a resurgence of the pandemic, (ii) bidders needing more time during the procurement process due to the factors described above; (iii) transition or handback issues or delays; and (iv) the potential for further delays to the replacement card reader roll-out.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-034a00
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017243-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

48 - Software package and information systems

50 - Repair and maintenance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

30144400 - Automatic fare collection

30200000 - Computer equipment and supplies

48217000 - Transaction-processing software package

48480000 - Sales, marketing and business intelligence software package

48600000 - Database and operating software package

48810000 - Information systems

48900000 - Miscellaneous software package and computer systems

50316000 - Maintenance and repair of ticket-issuing machinery

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jun 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
22 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Andrew Anderson
Contact Email
andrewanderson@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-034a00-2022-06-23T17:02:45+01:00",
    "date": "2022-06-23T17:02:45+01:00",
    "ocid": "ocds-h6vhtk-034a00",
    "description": "TfL considers that the Extension benefits from the exemption in Reg. 88(1)(b) UCR, for the following reasons. The Extension has become necessary in order for TfL to: (i) demonstrate to newcomer bidders that there is a working card reader which the successful bidder can inherit and operate; (ii) deliver an appropriately structured and planned Project Proteus re-procurement programme based on a level playing-field where newcomer bidders are given the necessary information, reading-in time and opportunities to discuss the replacement services with TfL; and (iii) ensure a smooth and risk-mitigated transition from Cubic to any new contractor. It would be very difficult to bring in a different contractor on a short-term basis in a way that safeguarded the continued operation of TfL's revenue collection system and achieved value for money for TfL. Running a competitive tender for a short-term extension ahead of the larger Project Proteus tender process would also involve substantial duplication of costs for TfL and could delay completion of the Proteus tender process. The 12-month duration of the Extension is reasonable and necessary, given the following factors: * due to various factors (including the component supply difficulties arising from the war in Ukraine) TfL has concluded that targeting July 2025 for completing the deployment of the new bus readers is not achievable, and, after taking into account recent input from Cubic, TfL is now working with a revised programme targeting June 2026; * the complexity of the services and the need for newcomer bidders to immerse themselves in information so that they can submit compliant and competitive proposals; * the inherent advantage held by Cubic, which may only be mitigated via the provision of adequate time and information to newcomer bidders during the procurement process; * the complexity of transitioning from Cubic to a new supplier, where the new supplier is likely to require significant handover and early life support from Cubic, and recent market feedback about the likely timeline required for that transition; and * the need to allow for potential delays arising from contingencies such as (i) possible force majeure events resulting from a resurgence of the pandemic, (ii) bidders needing more time during the procurement process due to the factors described above; (iii) transition or handback issues or delays; and (iv) the potential for further delays to the replacement card reader roll-out.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-034a00",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Extension of Revenue Collection Contract (\"RCC\") with Cubic",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "In 2014, after a competitive tender, TfL entered into the RCC with Cubic Transportation Systems Ltd (\"Cubic\") for an initial term of 7 years, starting 17 August 2015, with an option to extend for a further 3 years. TfL exercised that option in 2017 and the RCC is now due to expire on 16 August 2025. TfL is in the pre-tender stages of retendering the RCC services. Given the complexity and importance of these services and the time required to complete the competitive tender and handover, and the numerous contingent factors which could delay this process, including anticipated delays in completing the replacement card reader roll-out programme, TfL considers that the RCC needs to be extended by one year, until 16 August 2026 (\"Extension\") in order to give sufficient flexibility and certainty that these contingent programme risks can be managed appropriately. As explained at IV.1.1 below, TfL considers that the Extension benefits from the exemption in Reg. 88(1)(b) UCR.",
        "lots": [
            {
                "id": "1",
                "description": "As noted at II.1.4) above, in August 2015, pursuant to a competitive tender process, TfL entered into the RCC with Cubic. Cubic was awarded the RCC for an initial term of seven years, commencing 17 August 2015, with an option to extend for a further three years. TfL exercised that option in 2017 and the RCC is now due to expire on 16 August 2025. TfL is in the pre-tender stages of its project to retender (via a competitive dialogue) the RCC revenue collection services following expiry of the RCC (\"Project Proteus\"). Given the complexity and importance to TfL and the travelling public of the revenue collection services and the time required to structure, launch and complete the competitive tender and handover for Project Proteus, and taking into account the numerous contingent factors which could delay Project Proteus, including anticipated delays in completing the replacement card reader roll-out programme (discussed further below), TfL considers that the Extension is needed in order to give sufficient flexibility and certainty that these contingent programme risks can be managed appropriately. The current card readers (which were installed around 2010) are now reaching their end of design life, which creates asset management and revenue risk which would otherwise be unpalatable to TfL and potentially unacceptable to newcomer bidders. It is important for the competitiveness of the Proteus tender to ensure that there is a demonstrably working card reader which the successful bidder can inherit and operate (at least for the bus element of the Proteus procurement, with options available for the installation of the less time-critical rail element). By giving TfL enough time to work with Cubic under the RCC to design, manufacture and complete bus (but not rail) rollout of the new reader, TfL can demonstrate to newcomer bidders that these risks are appropriately mitigated. As explained at sections IV.1.1 [and VI.3] below, TfL considers that the Extension benefits from the exemption for \"additional services\" in Regulation 88(1)(b) of the UCR. This exemption allows for the non-competitive procurement of additional services that have become necessary, where a change of contractor cannot be made for economic or technical reasons and where such a change would cause significant inconvenience or duplication of costs.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30144400",
                        "description": "Automatic fare collection"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48217000",
                        "description": "Transaction-processing software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48480000",
                        "description": "Sales, marketing and business intelligence software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48810000",
                        "description": "Information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48900000",
                        "description": "Miscellaneous software package and computer systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50316000",
                        "description": "Maintenance and repair of ticket-issuing machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "TfL considers that the Extension benefits from the exemption in Reg. 88(1)(b) UCR, for the following reasons. The Extension has become necessary in order for TfL to: (i) demonstrate to newcomer bidders that there is a working card reader which the successful bidder can inherit and operate; (ii) deliver an appropriately structured and planned Project Proteus re-procurement programme based on a level playing-field where newcomer bidders are given the necessary information, reading-in time and opportunities to discuss the replacement services with TfL; and (iii) ensure a smooth and risk-mitigated transition from Cubic to any new contractor. It would be very difficult to bring in a different contractor on a short-term basis in a way that safeguarded the continued operation of TfL's revenue collection system and achieved value for money for TfL. Running a competitive tender for a short-term extension ahead of the larger Project Proteus tender process would also involve substantial duplication of costs for TfL and could delay completion of the Proteus tender process. The 12-month duration of the Extension is reasonable and necessary, given the following factors: * due to various factors (including the component supply difficulties arising from the war in Ukraine) TfL has concluded that targeting July 2025 for completing the deployment of the new bus readers is not achievable, and, after taking into account recent input from Cubic, TfL is now working with a revised programme targeting June 2026; * the complexity of the services and the need for newcomer bidders to immerse themselves in information so that they can submit compliant and competitive proposals; * the inherent advantage held by Cubic, which may only be mitigated via the provision of adequate time and information to newcomer bidders during the procurement process; * the complexity of transitioning from Cubic to a new supplier, where the new supplier is likely to require significant handover and early life support from Cubic, and recent market feedback about the likely timeline required for that transition; and * the need to allow for potential delays arising from contingencies such as (i) possible force majeure events resulting from a resurgence of the pandemic, (ii) bidders needing more time during the procurement process due to the factors described above; (iii) transition or handback issues or delays; and (iv) the potential for further delays to the replacement card reader roll-out."
    },
    "awards": [
        {
            "id": "017243-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active"
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-14777",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Andrew Anderson",
                "email": "AndrewAnderson@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "General Public Services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-51916",
            "name": "High Court (England, Wales and Northern Ireland)",
            "identifier": {
                "legalName": "High Court (England, Wales and Northern Ireland)"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://judiciary.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-14777",
        "name": "Transport for London"
    },
    "contracts": [
        {
            "id": "017243-2022-1",
            "awardID": "017243-2022-1",
            "status": "active",
            "dateSigned": "2022-06-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 60000000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 120000000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 60000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 120000000,
                "currency": "GBP"
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:273607-2014:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}