Award

RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services

SOUTH WEST SMART APPLICATIONS LIMITED

This public procurement record has 4 releases in its history.

Award

16 Feb 2026 at 14:07

Award

27 Nov 2025 at 16:32

Tender

01 Sep 2025 at 14:30

Planning

18 Aug 2025 at 18:31

Summary of the contracting process

South West Smart Applications Limited, operating as Smart Applications Management Limited, has initiated the procurement process under the open procedure for the "RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services" framework agreement. The procurement process, labelled SAM Framework 007, spans multiple industry categories, including computer-related equipment, software package and information systems, and non-scheduled passenger transport, with delivery across the UK. This framework, which has a projected contract period from 30 November 2025 to 30 November 2033, boasts a gross value of £120 million. The tender phase has reached the award stage, with the latest contracts signed in early 2026, ensuring a start on some services in January. The framework remains active, with key awardees like FARA AS and Journeo Plc, among others, now delivering various lots under this agreement. The competitive procurement concluded with several pending awards, set to be finalised shortly thereafter.

This tender presents significant opportunities for businesses across various sectors. Participation in such procurement processes allows firms to engage in long-term projects, contributing to their growth and competitive edge. Small to medium enterprises (SMEs) keen on providing innovative IT infrastructure and services, especially in transportation and smart technology domains, will find these opportunities particularly beneficial. Suppliers capable of delivering scalable, secure, and efficient transport and data managed services or tech solutions for electronic ticket machines will have advantageous prospects under this public sector framework, facilitating expansion and strengthening industry presence.

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

RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services

Notice 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. This Framework is making available for its Members 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. These five Lots form the focal point for any modern Ticketing & Information Scheme in managing customer information, journey planning, physical sales, revenue, and a range of customer facing managed services. Lot 1: RTPI Content Management Systems (CMS) The 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 will 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. The systems are 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. Lot 2: Ticket Vending Machines The 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. The 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. Lot 3: Electronic Ticket Machines The 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. Suppliers will 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. Lot 4: Accessible Rail Information And Support Units 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 information about train times, routes, facilities, and accessibility features both online and at stations. These units 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. Lot 5: Transport And Data Managed Services The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' 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. This Lot has 7 Parts: Lot 5 - Part 1. Journey Planning Managed Service Lot 5 - Part 2. Consultancy Support Managed Service Lot 5 - Part 3. Operational Data Evaluation Managed Service Lot 5 - Part 4. Entitlement Travel Managed Service Lot 5 - Part 5. Operator Support Managed Service Lot 5 - Part 6. Scholars Travel Managed Service Lot 5 - Part 7. Commercial Travel Managed Service

Lot Information

RTPI Content Management Systems (CMS)

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 GDPR and industry best practices. The CMS must incorporate monitoring, fault management, and reporting tools to ensure continuous service quality. Delivery 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 clear 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 continuous 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.

Options: 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

Ticket Vending Machines

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 has prioritized machines with strong cybersecurity features, remote monitoring capabilities, and straightforward maintenance processes to minimize downtime and operating costs. Another 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 recyclable 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, ensuring that the TVMs can serve as a reliable backbone of the transport network for years to come.

Options: 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

Electronic Ticket Machines

This Framework Lot is seeking the provision of Fixed ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment. Fixed 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. Fixed 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 equipment throughout a vehicle. Fixed 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. Fixed 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 display systems, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, BODs Compliance, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence, Traffic Light Priority Control, and Multiple Payment Systems to name but a few. This 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 have a wide choice of supply options. This 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, Barcode and other forms of electronic ticketing for passengers. This Framework Lot will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities in 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. It will also be available for use by any bus/rail/tram/ferry operator in the UK.

Options: 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

Accessible Rail Information And Support Units

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 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.

Options: 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

Transport and Data Managed Services

The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' 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. This Lot has 7 Parts: Lot 5 - Part 1. Journey Planning Managed Service Lot 5 - Part 2. Consultancy Support Managed Service Lot 5 - Part 3. Operational Data Evaluation Managed Service Lot 5 - Part 4. Entitlement Travel Managed Service Lot 5 - Part 5. Operator Support Managed Service Lot 5 - Part 6. Scholars Travel Managed Service Lot 5 - Part 7. Commercial Travel Managed Service

Options: 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058a27
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013883-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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

34 - Transport equipment and auxiliary products to transportation

48 - Software package and information systems

60 - Transport services (excl. Waste transport)

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


CPV Codes

30230000 - Computer-related equipment

30231000 - Computer screens and consoles

30231100 - Computer terminals

30231200 - Consoles

30231300 - Display screens

30231310 - Flat panel displays

30231320 - Touch screen monitors

34940000 - Railway equipment

34980000 - Transport tickets

48000000 - Software package and information systems

60140000 - Non-scheduled passenger transport

60210000 - Public transport services by railways

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£100,000,000 £100M-£1B
Lots Value
£100,000,000 £100M-£1B
Awards Value
£20,000,000 £10M-£100M
Contracts Value
£20,000,000 £10M-£100M

Notice Dates

Publication Date
16 Feb 20261 weeks ago
Submission Deadline
6 Oct 2025Expired
Future Notice Date
1 Sep 2025Expired
Award Date
25 Nov 20253 months ago
Contract Period
12 Jan 2026 - 11 Jan 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH WEST SMART APPLICATIONS LIMITED
Additional Buyers

ATKINSRÉALIS UK LIMITED

INNOVATIOUS LIMITED

RAIL DELIVERY GROUP LIMITED

SMART APPLICATIONS MANAGEMENT LIMITED

SYSTRA LIMITED

TIM RIVETT CONSULTING LTD

Contact Name
Dr Andrew Seedhouse
Contact Email
procurement@innovatious.uk, procurement@nationalmobilitiesprocurementhub.co.uk, procurement@raildeliverygroup.com, tenders_uk@systra.com, tim@timrivett.co.uk, ukwinwork@atkinsrealis.com
Contact Phone
+447807043222

Buyer Location

Locality
TRURO
Postcode
TR1 2AJ
Post Town
Truro
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
City of London
Electoral Ward
Cheap
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
20
Supplier Names

CAMMAX

FARA

FLOWBIRD TRANSPORT

GLOBAL DISPLAY SOLUTIONS

HUDDL MOBILITY

INIT INNOVATIONS IN TRANSPORTATION

JOURNEO

JOURNEO PASSENGER SYSTEMS

KADFIRE

NATIONAL PUBLIC TRANSPORT INFORMATION

SMART APPLICATIONS MANAGEMENT

TEW ENGINEERING

THE HUB

THE SM@RT GROUP

THEOREMUS

TRAFI

UBI TRANSPORTS

UNICARD

VIX TECHNOLOGY

WORLDLINE IT SERVICES

Further Information

Notice Documents

Notice URLs

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-058a27-2026-02-16T14:07:49Z",
    "date": "2026-02-16T14:07:49Z",
    "ocid": "ocds-h6vhtk-058a27",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "049659-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049659-2025",
                "datePublished": "2025-08-18T19:31:53+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-07205882",
            "name": "SOUTH WEST SMART APPLICATIONS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07205882"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXRH-2169-YCGM"
                }
            ],
            "address": {
                "streetAddress": "14 High Cross",
                "locality": "Truro",
                "postalCode": "TR1 2AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK30"
            },
            "contactPoint": {
                "name": "Dr Andrew Seedhouse",
                "email": "Procurement@nationalmobilitiesprocurementhub.co.uk",
                "telephone": "+447807043222"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.talktosam.co.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-00688424",
            "name": "ATKINSREALIS UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00688424"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLLV-1772-YDYN"
                }
            ],
            "address": {
                "streetAddress": "Woodcote Grove, Ashley Road",
                "locality": "Surrey",
                "postalCode": "KT18 5BW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ26"
            },
            "contactPoint": {
                "email": "ukwinwork@atkinsrealis.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Possible Technical Assessor",
            "details": {
                "url": "http://www.atkinsrealis.com"
            }
        },
        {
            "id": "GB-COH-10092263",
            "name": "TIM RIVETT CONSULTING LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10092263"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPXR-9114-NVLH"
                }
            ],
            "address": {
                "streetAddress": "36 Fields End Oxspring",
                "locality": "Sheffield",
                "postalCode": "S36 8WH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE31"
            },
            "contactPoint": {
                "email": "tim@timrivett.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Tender Advisor and Assessor",
            "details": {
                "url": "http://www.timrivett.co.uk"
            }
        },
        {
            "id": "GB-COH-08176197",
            "name": "RAIL DELIVERY GROUP LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08176197"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMXW-9895-MJXN"
                }
            ],
            "address": {
                "streetAddress": "First Floor North",
                "locality": "London",
                "postalCode": "EC4V 3DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "procurement@raildeliverygroup.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Advisor and Assessor"
        },
        {
            "id": "GB-COH-09766662",
            "name": "INNOVATIOUS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09766662"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PCBD-6415-QXNT"
                }
            ],
            "address": {
                "streetAddress": "First Floor, Jebsen House",
                "locality": "Ruislip",
                "postalCode": "HA4 7BD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI74"
            },
            "contactPoint": {
                "email": "procurement@innovatious.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Possible Technical Assessor",
            "details": {
                "url": "http://www.innovatious.uk"
            }
        },
        {
            "id": "GB-COH-03383212",
            "name": "SYSTRA LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03383212"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDCT-9245-NWYG"
                }
            ],
            "address": {
                "streetAddress": "3rd Floor, 1 Carey Lane",
                "locality": "London",
                "postalCode": "EC2V 8AE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "tenders_uk@systra.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Assessor",
            "details": {
                "url": "http://www.systra.com"
            }
        },
        {
            "id": "GB-PPON-PYDX-5614-VZNV",
            "name": "FARA AS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYDX-5614-VZNV"
            },
            "address": {
                "streetAddress": "Falkenborgvegen 36A",
                "locality": "Trondheim",
                "postalCode": "7044",
                "country": "NO",
                "countryName": "Norway",
                "region": "NO"
            },
            "contactPoint": {
                "email": "thomas.bachpetersen@fara.no"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://fara.no",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-02437872",
            "name": "JOURNEO PASSENGER SYSTEMS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02437872"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPCH-7825-HMWD"
                }
            ],
            "address": {
                "streetAddress": "12 Charter Point Way",
                "locality": "Ashby-De-La-Zouch",
                "postalCode": "LE65 1NF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "contactPoint": {
                "email": "tenders@journeo.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://journeo.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-03039051",
            "name": "VIX TECHNOLOGY UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03039051"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMJL-5169-MRDN"
                }
            ],
            "address": {
                "streetAddress": "Ridgecourt The Ridge",
                "locality": "Surrey",
                "postalCode": "KT18 7EP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ26"
            },
            "contactPoint": {
                "email": "uk.tenders@vixtechnology.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.vixtechnology.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-03759347",
            "name": "THE HUB COMPANY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03759347"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHHY-3829-QTDZ"
                }
            ],
            "address": {
                "streetAddress": "1 Montrose Villas",
                "locality": "London",
                "postalCode": "W6 9TT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "dubem@thehub.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.thehub.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-03803278",
            "name": "CAMMAX LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03803278"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PQZJ-1522-GCBR"
                }
            ],
            "address": {
                "streetAddress": "Unit 2a Willowbridge Way",
                "locality": "Castleford",
                "postalCode": "WF10 5NP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE45"
            },
            "contactPoint": {
                "email": "tenders@cammaxlimited.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.cammaxlimited.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-08514184",
            "name": "WORLDLINE IT SERVICES UK LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08514184"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZDC-4647-GCGJ"
                }
            ],
            "address": {
                "streetAddress": "Beeston Business Park, 1 Technology Drive",
                "locality": "Nottingham",
                "postalCode": "NG9 1LA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF16"
            },
            "contactPoint": {
                "email": "WLopportunities@worldline.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://worldline.com/en-gb/home",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-01232487",
            "name": "FLOWBIRD TRANSPORT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01232487"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZJH-5743-MXVT"
                }
            ],
            "address": {
                "streetAddress": "10 Willis Way",
                "locality": "Poole",
                "postalCode": "BH15 3SS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK24"
            },
            "contactPoint": {
                "email": "uk-bids@flowbird.group"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.flowbird.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07234994",
            "name": "INIT INNOVATIONS IN TRANSPORTATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07234994"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMGJ-5211-QQXQ"
                }
            ],
            "address": {
                "streetAddress": "Price House 37 Stoney Street",
                "locality": "Nottingham",
                "postalCode": "NG1 1LS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "email": "uk_commercial@init.co.uk"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.initse.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-12436459",
            "name": "THE SM@RT GROUP LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12436459"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTBG-4139-DWDG"
                }
            ],
            "address": {
                "streetAddress": "Suite 3 Waterside Business Centre,",
                "locality": "Leigh",
                "postalCode": "WN7 4DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD36"
            },
            "contactPoint": {
                "email": "steve.p@smart-grid.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-01134730",
            "name": "TEW ENGINEERING LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01134730"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PQJL-8634-JHHD"
                }
            ],
            "address": {
                "streetAddress": "5 Osborne Terrace",
                "locality": "Newcastle Upon Tyne",
                "postalCode": "NE2 1SQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC22"
            },
            "contactPoint": {
                "email": "ptoseland@lbfoster.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://Lbfoster.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-07017740",
            "name": "GLOBAL DISPLAY SOLUTIONS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07017740"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PVPD-2483-WDPG"
                }
            ],
            "address": {
                "streetAddress": "Unit 9 Bss House",
                "locality": "Swindon",
                "postalCode": "SN2 2PJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "email": "tenders@gds.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.gds.com/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-03039624",
            "name": "KADFIRE LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03039624"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZGN-5523-QYVN"
                }
            ],
            "address": {
                "streetAddress": "61 Richmond Road",
                "locality": "Twickenham",
                "postalCode": "TW1 3AW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI75"
            },
            "contactPoint": {
                "email": "tenders@kadfire.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.kadfire.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04134242",
            "name": "NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04134242"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDJG-2456-CRTZ"
                }
            ],
            "address": {
                "streetAddress": "101a Davy Road",
                "locality": "Plymouth",
                "postalCode": "PL6 8BX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK41"
            },
            "contactPoint": {
                "email": "busopendata@nationalpti.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.nationalpti.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-09326640",
            "name": "TRAFI LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09326640"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDRN-7892-YBWT"
                }
            ],
            "address": {
                "streetAddress": "Menzies Llp, 2nd Floor, Magna House",
                "locality": "Staines-Upon-Thames",
                "postalCode": "TW18 4BP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "daniel.stead@trafi.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.trafi.com",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-FC041121",
            "name": "HUDDL MOBILITY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "FC041121"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJLX-8736-JWJY"
                }
            ],
            "address": {
                "streetAddress": "Portershed 1 Bowling Green",
                "locality": "Galway City",
                "postalCode": "H91HE9E",
                "country": "IE",
                "countryName": "Ireland",
                "region": "IE"
            },
            "contactPoint": {
                "email": "finance@cityswift.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.cityswift.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PTWJ-9325-HZYH",
            "name": "UBI TRANSPORTS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTWJ-9325-HZYH"
            },
            "address": {
                "streetAddress": "25 RUE GAMBETTA",
                "locality": "MACON",
                "postalCode": "71000",
                "country": "FR",
                "countryName": "France",
                "region": "FR"
            },
            "contactPoint": {
                "email": "bid-europe@matawan-mobility.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "https://matawan-mobility.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PPCD-5762-BYDR",
            "name": "Theoremus AD",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPCD-5762-BYDR"
            },
            "address": {
                "streetAddress": "22 San Stefano, block 4, fl. 7",
                "locality": "Sofia",
                "postalCode": "1504",
                "country": "BG",
                "countryName": "Bulgaria",
                "region": "BG"
            },
            "contactPoint": {
                "email": "mkendrick@theoremus.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.theoremus.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-10303587",
            "name": "SMART APPLICATIONS MANAGEMENT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10303587"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJPV-5923-GRTP"
                }
            ],
            "address": {
                "streetAddress": "Second Floor, Cobourg House",
                "locality": "Plymouth",
                "postalCode": "PL1 1QX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK41"
            },
            "contactPoint": {
                "email": "sales@talktosam.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-04817824",
            "name": "UNICARD LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04817824"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMXN-3739-XLDM"
                }
            ],
            "address": {
                "streetAddress": "Holes Bay House, Upton Road",
                "locality": "Poole",
                "postalCode": "BH17 7AG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK24"
            },
            "contactPoint": {
                "email": "sales@unicard-uk.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.unicard-uk.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-02974642",
            "name": "JOURNEO PLC",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02974642"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLNX-3896-ZGGX"
                }
            ],
            "address": {
                "streetAddress": "12 Charter Point Way",
                "locality": "Ashby-De-La-Zouch",
                "postalCode": "LE65 1NF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "contactPoint": {
                "email": "tenders@journeo.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-07205882",
        "name": "SOUTH WEST SMART APPLICATIONS LIMITED"
    },
    "tender": {
        "id": "SAM Framework 007",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "RTPI Content Management Systems, Ticket Vending Machines, Electronic Ticket Machines, Accessible Rail Information and Support Units, and Transport and Data Managed Services",
        "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. This Framework is making available for its Members 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. These five Lots form the focal point for any modern Ticketing & Information Scheme in managing customer information, journey planning, physical sales, revenue, and a range of customer facing managed services. Lot 1: RTPI Content Management Systems (CMS) The 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 will 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. The systems are 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. Lot 2: Ticket Vending Machines The 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. The 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. Lot 3: Electronic Ticket Machines The 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. Suppliers will 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. Lot 4: Accessible Rail Information And Support Units 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 information about train times, routes, facilities, and accessibility features both online and at stations. These units 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. Lot 5: Transport And Data Managed Services The Transport and Data Managed Services Lot within the Framework provide public sector and operator purchasers with a range of secure, reliable, and scalable 'managed' 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. This Lot has 7 Parts: Lot 5 - Part 1. Journey Planning Managed Service Lot 5 - Part 2. Consultancy Support Managed Service Lot 5 - Part 3. Operational Data Evaluation Managed Service Lot 5 - Part 4. Entitlement Travel Managed Service Lot 5 - Part 5. Operator Support Managed Service Lot 5 - Part 6. Scholars Travel Managed Service Lot 5 - Part 7. Commercial Travel Managed Service",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30230000",
                        "description": "Computer-related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60140000",
                        "description": "Non-scheduled passenger transport"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30231000",
                        "description": "Computer screens and consoles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34940000",
                        "description": "Railway equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34980000",
                        "description": "Transport tickets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34980000",
                        "description": "Transport tickets"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30231100",
                        "description": "Computer terminals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30231200",
                        "description": "Consoles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30231300",
                        "description": "Display screens"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30231310",
                        "description": "Flat panel displays"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30231320",
                        "description": "Touch screen monitors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34940000",
                        "description": "Railway equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60210000",
                        "description": "Public transport services by railways"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34980000",
                        "description": "Transport tickets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60140000",
                        "description": "Non-scheduled passenger transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "value": {
            "amountGross": 120000000,
            "amount": 100000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-058a27",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.03,
                    "monetaryValue": "award"
                },
                "description": "The standard fee charged to Suppliers is 3%. Where an Order is of a significantly high value, this may be negotiated to a capped total instead, with the equivalent % thereafter provided as a discount to the Buyer."
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "type": "open",
                "buyerCategories": "Scottish Local Authorities Scottish Government & Executive Agencies Transport Scotland Scottish Regional Transport Partnerships Unitary Authorities in Wales Welsh Government & Executive Agencies Transport for Wales Welsh Transport Partnerships Wales Transport Commissions Metropolitan District Councils in England Unitary Authorities in England County Councils in England Mayoral Authorities in England Combined Authorities in England City Regions in England London Borough Councils Other Transport Bodies Transport for London Department for Transport District Borough and City Councils Councils in Northern Ireland All Transport Bodies in Northern Ireland Translink Any other Public Sector body in the UK with an interest in transport or any UK transport operator All Rail TOCs in the UK Rail Delivery Group acting through ATOC Ltd and working in conjunction with partners Any Member of SAM at the time they wish to Call-Off from the Framework. See www.talktosam.co.uk.",
                "openFrameworkSchemeEndDate": "2034-02-04T23:59:59Z",
                "method": "withAndWithoutReopeningCompetition",
                "description": "Prices have been submitted by Suppliers as part of the Framework Award process. Where a Buyer asks SAM to use the Framework for goods or services which can fully be met by multiple Suppliers on a Framework Lot, then SAM will provide the Buyer with a report covering Options helping them to identify the most advantageous Supplier. If the Buyer is satisfied, then they will be able to undertake a Direct Award. Alternatively, a Buyer may request data from SAM for them to undertake their own Supplier comparison. Where a Buyer wishes to ask Suppliers on the Lot directly to cost a Buyers specific requirements, then SAM may run a Further Competition for the Buyer to determine that for them. All Suppliers who are expected to meet the Buyers criteria will be invited to participate - unless the Supplier has notified SAM otherwise. Alternatively, the Buyer may seek to undertake a Further Competition directly."
            }
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-10-06T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-26T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-19T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "RTPI Content Management Systems (CMS)",
                "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 GDPR and industry best practices. The CMS must incorporate monitoring, fault management, and reporting tools to ensure continuous service quality. Delivery 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 clear 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 continuous 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.",
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Each Framework Lot will be assessed based on responses to the Quality/Technical Proforma which is included within the main Tender document. The grading details of the Quality Assessment will also be included within the Tender, with total percentage value for Quality identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Quality Assessment scores.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price including Ongoing Costs",
                            "description": "Each Framework Lot contains a Pricing Proforma which is included within the main Tender document. These will be used by a Purchaser to identify the unit price for individual item(s) / services they wish to procure as well as ongoing software and maintenance costs (as applicable). The structure of the Pricing Proforma(s) is to enable a fair like-for-like comparison between Suppliers by the Purchaser, reducing the need for a Further-Competition. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Pricing Scores.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Each Framework Lot will be assessed based on responses to the Social Value Proforma which is included within the main Tender document. The grading details of the Social Value Assessment will also be included within the Tender, with total percentage value for Social Value identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Social Value Scores.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        }
                    ],
                    "weightingDescription": "The Award Criteria are identified in the Tender documentation."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed within the Procurement Specific Questionnaire (PSQ)"
                        },
                        {
                            "type": "technical",
                            "description": "As detailed within the Technical Requirements document of each Lot within the ITT."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-30T00:00:00Z",
                    "endDate": "2033-11-30T23:59:59Z"
                },
                "hasOptions": true,
                "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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
                }
            },
            {
                "id": "2",
                "title": "Ticket Vending Machines",
                "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 has prioritized machines with strong cybersecurity features, remote monitoring capabilities, and straightforward maintenance processes to minimize downtime and operating costs. Another 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 recyclable 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, ensuring that the TVMs can serve as a reliable backbone of the transport network for years to come.",
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Each Framework Lot will be assessed based on responses to the Quality/Technical Proforma which is included within the main Tender document. The grading details of the Quality Assessment will also be included within the Tender, with total percentage value for Quality identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Quality Assessment scores.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price including Ongoing Costs",
                            "description": "Each Framework Lot contains a Pricing Proforma which is included within the main Tender document. These will be used by a Purchaser to identify the unit price for individual item(s) / services they wish to procure as well as ongoing software and maintenance costs (as applicable). The structure of the Pricing Proforma(s) is to enable a fair like-for-like comparison between Suppliers by the Purchaser, reducing the need for a Further-Competition. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Pricing Scores.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Each Framework Lot will be assessed based on responses to the Social Value Proforma which is included within the main Tender document. The grading details of the Social Value Assessment will also be included within the Tender, with total percentage value for Social Value identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Social Value Scores.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        }
                    ],
                    "weightingDescription": "The Award Criteria are identified in the Tender documentation."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed within the Procurement Specific Questionnaire (PSQ)"
                        },
                        {
                            "type": "technical",
                            "description": "As detailed within the Technical Requirements document of each Lot within the ITT."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-30T00:00:00Z",
                    "endDate": "2033-11-30T23:59:59Z"
                },
                "hasOptions": true,
                "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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
                }
            },
            {
                "id": "3",
                "title": "Electronic Ticket Machines",
                "description": "This Framework Lot is seeking the provision of Fixed ITSO Electronic Ticket Machines (ETMs) for passenger transport services, and their ancillary equipment. Fixed 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. Fixed 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 equipment throughout a vehicle. Fixed 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. Fixed 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 display systems, Support for Account Based Ticketing (ABT) Systems, Automatic Vehicle Location, BODs Compliance, Driver Messaging, Dynamic Seat Reservation, Schedule Adherence, Traffic Light Priority Control, and Multiple Payment Systems to name but a few. This 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 have a wide choice of supply options. This 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, Barcode and other forms of electronic ticketing for passengers. This Framework Lot will be available for all public sector bodies in the UK, including Local Authorities, Highway Authorities, Combined Authorities, and Regional Transport Authorities in 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. It will also be available for use by any bus/rail/tram/ferry operator in the UK.",
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Each Framework Lot will be assessed based on responses to the Quality/Technical Proforma which is included within the main Tender document. The grading details of the Quality Assessment will also be included within the Tender, with total percentage value for Quality identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Quality Assessment scores.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price including Ongoing Costs",
                            "description": "Each Framework Lot contains a Pricing Proforma which is included within the main Tender document. These will be used by a Purchaser to identify the unit price for individual item(s) / services they wish to procure as well as ongoing software and maintenance costs (as applicable). The structure of the Pricing Proforma(s) is to enable a fair like-for-like comparison between Suppliers by the Purchaser, reducing the need for a Further-Competition. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Pricing Scores.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Each Framework Lot will be assessed based on responses to the Social Value Proforma which is included within the main Tender document. The grading details of the Social Value Assessment will also be included within the Tender, with total percentage value for Social Value identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Social Value Scores.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        }
                    ],
                    "weightingDescription": "The Award Criteria are identified in the Tender documentation."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed within the Procurement Specific Questionnaire (PSQ)"
                        },
                        {
                            "type": "technical",
                            "description": "As detailed within the Technical Requirements document of each Lot within the ITT."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-30T00:00:00Z",
                    "endDate": "2033-11-30T23:59:59Z"
                },
                "hasOptions": true,
                "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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
                }
            },
            {
                "id": "4",
                "title": "Accessible Rail Information And Support Units",
                "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 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.",
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Each Framework Lot will be assessed based on responses to the Quality/Technical Proforma which is included within the main Tender document. The grading details of the Quality Assessment will also be included within the Tender, with total percentage value for Quality identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Quality Assessment scores.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price including Ongoing Costs",
                            "description": "Each Framework Lot contains a Pricing Proforma which is included within the main Tender document. These will be used by a Purchaser to identify the unit price for individual item(s) / services they wish to procure as well as ongoing software and maintenance costs (as applicable). The structure of the Pricing Proforma(s) is to enable a fair like-for-like comparison between Suppliers by the Purchaser, reducing the need for a Further-Competition. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Pricing Scores.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Each Framework Lot will be assessed based on responses to the Social Value Proforma which is included within the main Tender document. The grading details of the Social Value Assessment will also be included within the Tender, with total percentage value for Social Value identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Social Value Scores.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        }
                    ],
                    "weightingDescription": "The Award Criteria are identified in the Tender documentation."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed within the Procurement Specific Questionnaire (PSQ)"
                        },
                        {
                            "type": "technical",
                            "description": "As detailed within the Technical Requirements document of each Lot within the ITT."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-30T00:00:00Z",
                    "endDate": "2033-11-30T23:59:59Z"
                },
                "hasOptions": true,
                "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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
                }
            },
            {
                "id": "5",
                "title": "Transport and Data Managed Services",
                "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 'managed' 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. This Lot has 7 Parts: Lot 5 - Part 1. Journey Planning Managed Service Lot 5 - Part 2. Consultancy Support Managed Service Lot 5 - Part 3. Operational Data Evaluation Managed Service Lot 5 - Part 4. Entitlement Travel Managed Service Lot 5 - Part 5. Operator Support Managed Service Lot 5 - Part 6. Scholars Travel Managed Service Lot 5 - Part 7. Commercial Travel Managed Service",
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Each Framework Lot will be assessed based on responses to the Quality/Technical Proforma which is included within the main Tender document. The grading details of the Quality Assessment will also be included within the Tender, with total percentage value for Quality identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Quality Assessment scores.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price including Ongoing Costs",
                            "description": "Each Framework Lot contains a Pricing Proforma which is included within the main Tender document. These will be used by a Purchaser to identify the unit price for individual item(s) / services they wish to procure as well as ongoing software and maintenance costs (as applicable). The structure of the Pricing Proforma(s) is to enable a fair like-for-like comparison between Suppliers by the Purchaser, reducing the need for a Further-Competition. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Framework Pricing Scores.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Each Framework Lot will be assessed based on responses to the Social Value Proforma which is included within the main Tender document. The grading details of the Social Value Assessment will also be included within the Tender, with total percentage value for Social Value identified on a per Lot basis. When a Purchaser from the Framework undertakes a Supplier Assessment, they will have the option to apply a weighting approach to the Social Value Scores.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Award Criteria are identified in the Tender documentation."
                        }
                    ],
                    "weightingDescription": "The Award Criteria are identified in the Tender documentation."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As detailed within the Procurement Specific Questionnaire (PSQ)"
                        },
                        {
                            "type": "technical",
                            "description": "As detailed within the Technical Requirements document of each Lot within the ITT."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-30T00:00:00Z",
                    "endDate": "2033-11-30T23:59:59Z"
                },
                "hasOptions": true,
                "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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
                }
            }
        ],
        "documents": [
            {
                "id": "A-4326",
                "documentType": "biddingDocuments",
                "description": "The attached file summarises the main organisations and bodies who would be eligible to use the Framework to call-off Orders. The list is not exclusive.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4326",
                "format": "application/pdf"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "This weblink is the page where: 1). The Framework 7 ITT is hosted; 2). Where Framework 7 support documents are hosted; 3). Where the RFI catalogue will be hosted, and 4). Where core communications from SAM to all Bidders will be posted.",
                "url": "https://www.nationalmobilitiesprocurementhub.co.uk/latest"
            },
            {
                "id": "A-4694",
                "documentType": "biddingDocuments",
                "description": "The Associated tender document outlines in more detail the organisations eligible to use the Framework.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4694",
                "format": "application/pdf"
            },
            {
                "id": "052884-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052884-2025",
                "datePublished": "2025-09-01T15:30:44+01:00",
                "format": "text/html"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59+01:00"
        },
        "submissionMethodDetails": "https://www.nationalmobilitiesprocurementhub.co.uk/latest This 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"
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PYDX-5614-VZNV",
                        "name": "FARA AS"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-02437872",
                        "name": "JOURNEO PASSENGER SYSTEMS LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03039051",
                        "name": "VIX TECHNOLOGY UK LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03759347",
                        "name": "THE HUB COMPANY LIMITED"
                    }
                ],
                "relatedLots": [
                    "1",
                    "2",
                    "4"
                ]
            },
            {
                "id": "5",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03803278",
                        "name": "CAMMAX LIMITED"
                    }
                ],
                "relatedLots": [
                    "2"
                ]
            },
            {
                "id": "6",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-08514184",
                        "name": "WORLDLINE IT SERVICES UK LIMITED"
                    }
                ],
                "relatedLots": [
                    "2"
                ]
            },
            {
                "id": "7",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-01232487",
                        "name": "FLOWBIRD TRANSPORT LIMITED"
                    }
                ],
                "relatedLots": [
                    "3"
                ]
            },
            {
                "id": "8",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-07234994",
                        "name": "INIT INNOVATIONS IN TRANSPORTATION LIMITED"
                    }
                ],
                "relatedLots": [
                    "3"
                ]
            },
            {
                "id": "9",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-12436459",
                        "name": "THE SM@RT GROUP LTD"
                    }
                ],
                "relatedLots": [
                    "4"
                ]
            },
            {
                "id": "10",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-01134730",
                        "name": "TEW ENGINEERING LTD"
                    }
                ],
                "relatedLots": [
                    "4"
                ]
            },
            {
                "id": "11",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-07017740",
                        "name": "GLOBAL DISPLAY SOLUTIONS LIMITED"
                    }
                ],
                "relatedLots": [
                    "4"
                ]
            },
            {
                "id": "12",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03039624",
                        "name": "KADFIRE LIMITED"
                    }
                ],
                "relatedLots": [
                    "4"
                ]
            },
            {
                "id": "13",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-04134242",
                        "name": "NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "14",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-09326640",
                        "name": "TRAFI LIMITED"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "15",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-FC041121",
                        "name": "HUDDL MOBILITY LIMITED"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "16",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PTWJ-9325-HZYH",
                        "name": "UBI TRANSPORTS"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "17",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PPCD-5762-BYDR",
                        "name": "Theoremus AD"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "18",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-10303587",
                        "name": "SMART APPLICATIONS MANAGEMENT LIMITED"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            },
            {
                "id": "19",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-04817824",
                        "name": "UNICARD LIMITED"
                    }
                ],
                "relatedLots": [
                    "5"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "3",
                "measure": "bids",
                "value": 2,
                "relatedLot": "3"
            },
            {
                "id": "4",
                "measure": "bids",
                "value": 5,
                "relatedLot": "4"
            },
            {
                "id": "5",
                "measure": "bids",
                "value": 7,
                "relatedLot": "5"
            },
            {
                "id": "6",
                "measure": "finalStageBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "7",
                "measure": "smeFinalStageBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "8",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "9",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "10",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "11",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "12",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "3"
            },
            {
                "id": "13",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "3"
            },
            {
                "id": "14",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "15",
                "measure": "finalStageBids",
                "value": 5,
                "relatedLot": "4"
            },
            {
                "id": "16",
                "measure": "smeFinalStageBids",
                "value": 4,
                "relatedLot": "4"
            },
            {
                "id": "17",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "18",
                "measure": "finalStageBids",
                "value": 7,
                "relatedLot": "5"
            },
            {
                "id": "19",
                "measure": "smeFinalStageBids",
                "value": 6,
                "relatedLot": "5"
            },
            {
                "id": "20",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "5"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Lot 1: RTPI Content Management Systems (CMS)",
            "status": "active",
            "date": "2025-11-26T00:00:00Z",
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PYDX-5614-VZNV",
                    "name": "FARA AS"
                },
                {
                    "id": "GB-COH-02437872",
                    "name": "JOURNEO PASSENGER SYSTEMS LIMITED"
                },
                {
                    "id": "GB-COH-03039051",
                    "name": "VIX TECHNOLOGY UK LIMITED"
                },
                {
                    "id": "GB-COH-03759347",
                    "name": "THE HUB COMPANY LIMITED"
                },
                {
                    "id": "GB-COH-02974642",
                    "name": "JOURNEO PLC"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "30230000",
                            "description": "Computer-related equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        },
                        {
                            "scheme": "CPV",
                            "id": "60140000",
                            "description": "Non-scheduled passenger transport"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-10T00:00:00Z",
                "endDate": "2033-12-09T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Framework Lot 1: RTPI content Management Systems (CMS) 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "077847-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077847-2025",
                    "datePublished": "2025-11-27T16:32:55Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-27T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-10T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "title": "Lot 2. Ticket Vending Machines",
            "status": "active",
            "date": "2025-11-25T00:00:00Z",
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03803278",
                    "name": "CAMMAX LIMITED"
                },
                {
                    "id": "GB-COH-08514184",
                    "name": "WORLDLINE IT SERVICES UK LIMITED"
                },
                {
                    "id": "GB-COH-03759347",
                    "name": "THE HUB COMPANY LIMITED"
                }
            ],
            "items": [
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "30231000",
                            "description": "Computer screens and consoles"
                        },
                        {
                            "scheme": "CPV",
                            "id": "34940000",
                            "description": "Railway equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "34980000",
                            "description": "Transport tickets"
                        },
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-10T00:00:00Z",
                "endDate": "2033-12-09T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Framework Lot 2: Ticket Vending Machines 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
            },
            "relatedLots": [
                "2"
            ],
            "documents": [
                {
                    "id": "077847-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077847-2025",
                    "datePublished": "2025-11-27T16:32:55Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-27T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-10T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "3",
            "title": "Lot 3. Electronic Ticket Machines",
            "status": "active",
            "date": "2025-11-25T00:00:00Z",
            "value": {
                "amountGross": 20000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-01232487",
                    "name": "FLOWBIRD TRANSPORT LIMITED"
                },
                {
                    "id": "GB-COH-07234994",
                    "name": "INIT INNOVATIONS IN TRANSPORTATION LIMITED"
                }
            ],
            "items": [
                {
                    "id": "3",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34980000",
                            "description": "Transport tickets"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "3"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-10T00:00:00Z",
                "endDate": "2033-12-09T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Framework Lot 3: Electronic Ticket Machines 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
            },
            "relatedLots": [
                "3"
            ],
            "documents": [
                {
                    "id": "077847-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077847-2025",
                    "datePublished": "2025-11-27T16:32:55Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-27T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-10T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "4",
            "title": "Lot 4. Accessible Rail Information And Support Units",
            "status": "active",
            "date": "2025-11-25T00:00:00Z",
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03759347",
                    "name": "THE HUB COMPANY LIMITED"
                },
                {
                    "id": "GB-COH-12436459",
                    "name": "THE SM@RT GROUP LTD"
                },
                {
                    "id": "GB-COH-01134730",
                    "name": "TEW ENGINEERING LTD"
                },
                {
                    "id": "GB-COH-07017740",
                    "name": "GLOBAL DISPLAY SOLUTIONS LIMITED"
                },
                {
                    "id": "GB-COH-03039624",
                    "name": "KADFIRE LIMITED"
                }
            ],
            "items": [
                {
                    "id": "4",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "30231100",
                            "description": "Computer terminals"
                        },
                        {
                            "scheme": "CPV",
                            "id": "30231200",
                            "description": "Consoles"
                        },
                        {
                            "scheme": "CPV",
                            "id": "30231300",
                            "description": "Display screens"
                        },
                        {
                            "scheme": "CPV",
                            "id": "30231310",
                            "description": "Flat panel displays"
                        },
                        {
                            "scheme": "CPV",
                            "id": "30231320",
                            "description": "Touch screen monitors"
                        },
                        {
                            "scheme": "CPV",
                            "id": "34940000",
                            "description": "Railway equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        },
                        {
                            "scheme": "CPV",
                            "id": "60210000",
                            "description": "Public transport services by railways"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "4"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-10T00:00:00Z",
                "endDate": "2033-12-09T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Framework Lot 4: Accessible Rail Information And Support Units 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot offerings and complement a wider offer."
            },
            "relatedLots": [
                "4"
            ],
            "documents": [
                {
                    "id": "077847-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077847-2025",
                    "datePublished": "2025-11-27T16:32:55Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-27T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-10T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "5",
            "title": "Lot 5 - Transport and Data Managed Services",
            "status": "active",
            "date": "2025-11-25T00:00:00Z",
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04134242",
                    "name": "NATIONAL PUBLIC TRANSPORT INFORMATION LIMITED"
                },
                {
                    "id": "GB-COH-09326640",
                    "name": "TRAFI LIMITED"
                },
                {
                    "id": "GB-COH-FC041121",
                    "name": "HUDDL MOBILITY LIMITED"
                },
                {
                    "id": "GB-PPON-PTWJ-9325-HZYH",
                    "name": "UBI TRANSPORTS"
                },
                {
                    "id": "GB-PPON-PPCD-5762-BYDR",
                    "name": "Theoremus AD"
                },
                {
                    "id": "GB-COH-10303587",
                    "name": "SMART APPLICATIONS MANAGEMENT LIMITED"
                },
                {
                    "id": "GB-COH-04817824",
                    "name": "UNICARD LIMITED"
                }
            ],
            "items": [
                {
                    "id": "5",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34980000",
                            "description": "Transport tickets"
                        },
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        },
                        {
                            "scheme": "CPV",
                            "id": "60140000",
                            "description": "Non-scheduled passenger transport"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72200000",
                            "description": "Software programming and consultancy services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "5"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-10T00:00:00Z",
                "endDate": "2033-12-09T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. Framework Lot 5: Transport and Data Managed Services has a total of 7 parts within it: Lot 5 - Part 1. Journey Planning Managed Service Lot 5 - Part 2. Consultancy Support Managed Service Lot 5 - Part 3. Operational Data Evaluation Managed Service Lot 5 - Part 4. Entitlement Travel Managed Service Lot 5 - Part 5. Operator Support Managed Service Lot 5 - Part 6. Scholars Travel Managed Service Lot 5 - Part 7. Commercial Travel Managed Service A Supplier may have bid for a single or multiple parts of the Lot and been awarded as such. Each Lot Part 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. The Framework also allows Suppliers to provide Options for the Purchaser which are related to the core Lot and Lot Part offerings and complement a wider offer."
            },
            "relatedLots": [
                "5"
            ],
            "documents": [
                {
                    "id": "077847-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077847-2025",
                    "datePublished": "2025-11-27T16:32:55Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-27T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-10T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Lot 1. RTPI Content Management Systems (CMS)",
            "status": "active",
            "period": {
                "startDate": "2026-01-12T00:00:00Z",
                "endDate": "2034-01-11T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-12T00:00:00Z",
            "documents": [
                {
                    "id": "A-12066",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12066",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12067",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12067",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12068",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12068",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12069",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 1 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12069",
                    "format": "application/pdf"
                },
                {
                    "id": "013883-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013883-2026",
                    "datePublished": "2026-02-16T14:07:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Basic Performance Standards",
                    "description": "The full SLA Requirements are detailed within the Framework Document Appendix D. The basic Performance Standards include: 1. System Hours of Operation - The CMS System shall be available 24 hours per day, 7 days a week, 365 days a year. 2. Preventative Maintenance & Support - The planned preventative maintenance, software upgrades and support activities shall be completed by prior agreement with the Purchaser and at a time where there will be minimal impact on service. 3. Incident Management - Incident Management for restoration of Service and Resolution of P1 & P2 Incidents shall be available shall be available 24 hours per day, 7 days a week, 365 days a year Incident Management for restoration of Service and Resolution of P3 & P4 Incidents shall be available during Service Desk Support Hours 4. Service Desk Core Support Hours must be fully staffed and operational - Mon - Fri: 07:30 - 17:30",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Availability of the CMS Solution in the Live Environment",
                    "description": "The availability of the CMS Solution in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the CMS solution is available to enable full operation of all PID and wider messaging and to enable full interface interaction and reporting with underpinning systems (e.g. Fault Management System).",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Incident Resolution",
                    "description": "How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Payment of Management Fee",
                    "description": "Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ]
        },
        {
            "id": "2",
            "awardID": "2",
            "title": "Lot 2: Ticket Vending Machines",
            "status": "active",
            "period": {
                "startDate": "2026-01-13T00:00:00Z",
                "endDate": "2034-01-12T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-13T00:00:00Z",
            "documents": [
                {
                    "id": "A-12070",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12070",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12071",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12071",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12072",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 2 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12072",
                    "format": "application/pdf"
                },
                {
                    "id": "013883-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013883-2026",
                    "datePublished": "2026-02-16T14:07:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Basic Performance Standards",
                    "description": "The full SLA Requirements are detailed within the Framework Call-Off Schedule 14 Annex A. The basic Performance Standards include: 1. System Hours of Operation - The TVMs shall be available 24 hours per day, 7 days a week, 365 days a year. 2. Preventative Maintenance & Support - The planned preventative maintenance, software upgrades and support activities shall be completed by prior agreement with the Purchaser and at a time where there will be minimal impact on service. 3. Incident Management - Incident Management for restoration of Service and Resolution of P1 & P2 Incidents shall be available shall be available 24 hours per day, 7 days a week, 365 days a year Incident Management for restoration of Service and Resolution of P3 & P4 Incidents shall be available during Service Desk Support Hours 4. Service Desk Core Support Hours must be fully staffed and operational - Mon - Fri: 07:30 - 17:30",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Availability of the TVM in a Live Environment",
                    "description": "The availability of the TVM in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the TVM solution is available to enable full operation, wider messaging and to enable full interface interaction and reporting with underpinning systems (e.g. Fault Management System).",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Incident Resolution",
                    "description": "How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Payment of Management Fee",
                    "description": "Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ]
        },
        {
            "id": "3",
            "awardID": "3",
            "title": "Lot 3. Electronic Ticket Machines",
            "status": "active",
            "period": {
                "startDate": "2026-01-19T00:00:00Z",
                "endDate": "2034-01-18T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full."
            },
            "value": {
                "amountGross": 20000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-19T00:00:00Z",
            "documents": [
                {
                    "id": "A-12073",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 3 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12073",
                    "format": "application/pdf"
                },
                {
                    "id": "013883-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013883-2026",
                    "datePublished": "2026-02-16T14:07:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Basic Performance Standards",
                    "description": "The full SLA Requirements are detailed within the Framework Call Off schedule 14 Annex A and Section 13 of the ETM Technical Requirements Document. The basic Performance Standards include: 1. System Hours of Operation - The ETMs shall be available 99% available at core times. 2. Preventative Maintenance & Support - The planned preventative maintenance, software upgrades and support activities shall be completed by prior agreement with the Purchaser and at a time where there will be minimal impact on service. 3. Service Desk Core Support Hours must be fully staffed and operational - Mon - Fri: 07:30 - 17:30",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "The availability of the ETM in the Live Environment",
                    "description": "The availability of the ETM in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the ETM solution is available to enable full operation, wider messaging and to enable full interface interaction, Hotlist and Actionlist exchanges and reporting with underpinning systems (e.g. Fault Management System).",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Incident Resolution",
                    "description": "How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Payment of Management Fee",
                    "description": "Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ]
        },
        {
            "id": "4",
            "awardID": "4",
            "title": "Lot 4. Accessible Rail Information And Support Units",
            "status": "active",
            "period": {
                "startDate": "2026-01-05T00:00:00Z",
                "endDate": "2034-01-04T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-05T00:00:00Z",
            "documents": [
                {
                    "id": "A-12076",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12076",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12077",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12077",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12078",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12078",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12079",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12079",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12080",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 4 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12080",
                    "format": "application/pdf"
                },
                {
                    "id": "013883-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013883-2026",
                    "datePublished": "2026-02-16T14:07:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Basic Performance Standards",
                    "description": "The full SLA Requirements are detailed within the ARISU Requirements Document. The basic Performance Standards include: 1. System Hours of Operation - The ARISUs shall be available 24 hours per day, 7 days a week, 365 days a year. 2. Preventative Maintenance & Support - The planned preventative maintenance, software upgrades and support activities shall be completed by prior agreement with the Purchaser and at a time where there will be minimal impact on service. 3. Incident Management - Incident Management for restoration of Service and Resolution of P1 & P2 Incidents shall be available shall be available 24 hours per day, 7 days a week, 365 days a year Incident Management for restoration of Service and Resolution of P3 & P4 Incidents shall be available during Service Desk Support Hours 4. Service Desk Core Support Hours must be fully staffed and operational - Mon - Fri: 07:30 - 17:30",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Availability of the ARISU in the Live Environment",
                    "description": "The availability of the ARISU in the Live Environment. The KPI has a minimum target of 99.90% full availability, meaning the ARISU solution is available to enable full operation, wider messaging and to enable full interface interaction and reporting with underpinning systems (e.g. Fault Management System).",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Incident Resolution",
                    "description": "How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Payment of Management Fee",
                    "description": "Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ]
        },
        {
            "id": "5",
            "awardID": "5",
            "title": "Lot 5 - Transport and Data Managed Services",
            "status": "active",
            "period": {
                "startDate": "2026-01-12T00:00:00Z",
                "endDate": "2034-01-11T23:59:59Z"
            },
            "hasOptions": true,
            "options": {
                "description": "Suppliers to the Lot had the ability to offer extra solutions as part of their tender submission - so long as the Core requirements of the Tender were supported in full."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-12T00:00:00Z",
            "documents": [
                {
                    "id": "A-12081",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Awards with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12081",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12082",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Awards with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12082",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12083",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12083",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12084",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12084",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12085",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12085",
                    "format": "application/pdf"
                },
                {
                    "id": "A-12086",
                    "documentType": "contractSigned",
                    "description": "Copy attached of the pdf version of the signed Lot 5 Framework Award with the Supplier. A pdf version is provided to protect commercial confidentiality within the embedded documents. Personal contact details of identified staff and any other commercially sensitive material has also been redacted.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-12086",
                    "format": "application/pdf"
                },
                {
                    "id": "013883-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013883-2026",
                    "datePublished": "2026-02-16T14:07:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Basic Performance Standards",
                    "description": "The full SLA Requirements are detailed within the Framework Call Off. The basic Performance Standards include: 1. System Hours of Operation - The Systems shall be available 99% available at core times. 2. Preventative Maintenance & Support - The planned preventative maintenance, software upgrades and support activities shall be completed by prior agreement with the Purchaser and at a time where there will be minimal impact on service. 3. Service Desk Core Support Hours must be fully staffed and operational - Mon - Fri: 07:30 - 17:30",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "The availability of the Service in the Live Environment.",
                    "description": "The availability of the Service in the Live Environment. The KPI has a minimum target of 99.00% full availability, meaning the solution is available to enable full operation and reporting with underpinning systems (e.g. Fault Management System).",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Incident Resolution",
                    "description": "How often the Supplier has met the required timings for the resolution of P1 - P4 incidents in compliance with the Response and Resolution requirements table.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Payment of Management Fee",
                    "description": "Compliance in reporting to and paying SAM the Order Management fee required under the Framework for each Order called off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ]
        }
    ]
}