Tender

Longline Public Address System (LLPA) Renewal

MERSEYRAIL ELECTRICS 2002 LIMITED

This public procurement record has 1 release in its history.

Tender

26 Sep 2025 at 15:00

Summary of the contracting process

Merseyrail Electrics 2002 Limited is seeking to renew the Long-line Public Address (LLPA) system across its network in Liverpool, United Kingdom. This procurement process is in the tender stage, focused on appointing a supplier to replace, upgrade, and enhance the current PA system to meet modern industry standards. The tender is part of the 'goods' procurement category and utilises a selective procurement method under a competitive flexible procedure. Key dates include the expression of interest deadline on 31st October 2025 and the contract award anticipated by 24th July 2026. Potential suppliers are expected to assess and design a contemporary PA system, integrating it seamlessly with existing infrastructure.

This tender presents significant growth opportunities for businesses specialising in public address systems and audio-visual technology, particularly those experienced in implementing infrastructure within large-scale transportation networks. With an estimated contract value of £1,440,000 and the possibility of renewals, the opportunity is ideal for companies capable of delivering high-quality, reliable, and integrative communication solutions. The two-stage evaluation process, including a Procurement Specific Questionnaire and Invitation to Tender, allows businesses to showcase their technical expertise, project management capabilities, and innovative approaches to enhancing passenger communication systems.

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

Longline Public Address System (LLPA) Renewal

Notice Description

Long-line Public Address (LLPA) system for the Merseyrail network. The objective is to replace, upgrade, and enhance the existing PA system to ensure clear and effective communication across all stations and operational areas within the network. The Works include but are not limited to the following aspects: assessing the current PA system across the Merseyrail network, designing a modernised solution, and implementing a renewed system that meets current industry standards and operational requirements. The new system should provide high-quality audio, improved reliability, and seamless integration with Merseyrail's existing communication infrastructure, including passenger information systems and emergency communication channels.

Lot Information

Lot 1

Options: Option to include servicing, planned and unplanned maintenance.

Renewal: 3 x 12 month extensions for optional Service and Maintenance element only.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a37d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/060273-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48952000 - Public address systems

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Sep 20254 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
26 Jul 2026 - 27 Jul 2028 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MERSEYRAIL ELECTRICS 2002 LIMITED
Contact Name
Not specified
Contact Email
tenders1@merseyrail.org
Contact Phone
Not specified

Buyer Location

Locality
LIVERPOOL
Postcode
L1 1JF
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
Brownlow Hill
Westminster Constituency
Liverpool Riverside

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-05a37d-2025-09-26T16:00:04+01:00",
    "date": "2025-09-26T16:00:04+01:00",
    "ocid": "ocds-h6vhtk-05a37d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-04356933",
            "name": "MERSEYRAIL ELECTRICS 2002 LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04356933"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLZV-3258-DCDV"
                }
            ],
            "address": {
                "streetAddress": "Rail House, Lord Nelson Street",
                "locality": "Liverpool",
                "postalCode": "L1 1JF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "tenders1@merseyrail.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.merseyrail.org/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-04356933",
        "name": "MERSEYRAIL ELECTRICS 2002 LIMITED"
    },
    "tender": {
        "id": "MEL05-2025",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Longline Public Address System (LLPA) Renewal",
        "description": "Long-line Public Address (LLPA) system for the Merseyrail network. The objective is to replace, upgrade, and enhance the existing PA system to ensure clear and effective communication across all stations and operational areas within the network. The Works include but are not limited to the following aspects: assessing the current PA system across the Merseyrail network, designing a modernised solution, and implementing a renewed system that meets current industry standards and operational requirements. The new system should provide high-quality audio, improved reliability, and seamless integration with Merseyrail's existing communication infrastructure, including passenger information systems and emergency communication channels.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48952000",
                        "description": "Public address systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1440000,
            "amount": 1200000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The opportunity will be advertised via the Central Digital Platform. With regards to the procedures, we will undertake a single Lot under the competitive flexible procedure, ensuring compliance with MEL's procurement policy and the PA23 Regulations. We reserve the right to undertake a Pre-Qualification Questionnaire now known as a Procurement Specific Questionnaire (PSQ) dependant on the number of expressions of interest received. A Pre-Tender Engagement Session will be held with suppliers expressing an interest in the opportunity. The Procurement Specific Questionnaire (PSQ) shall be evaluated in two (2)stages: Stage 1 - Submissions from bidders who have failed any of the mandatory pass-fail questions will not progress to Stage 2 of the evaluation. Stage 2 - All submissions that have passed the mandatory pass-fail questions will be evaluated in accordance with the evaluation criteria which will be provided within the tender documentation. The PSQ will have a total score of 100%. Where questions are to be scored by more than one evaluator, an average of all evaluator scores will be taken and used as a final score, rounded to the nearest whole number. The total score for each Bidder shall be ranked in descending order and a minimum of five (5) of the highest scoring submissions will be selected for the next stage of the tender process. Unfortunately, all other submissions will be declined. The Customer reserves the right not to score any question responses consisting of links to web pages and/or documents, all responses must be provided in the format specified within the PSQ. The Invitation To Tender (ITT) will have an overall total score of 100%. The total score (100%) will be divided by the criteria outlined within the Tender Documentation. Where questions are to be scored by more than one evaluator, an average of all evaluator scores will be taken and used as a final score, rounded to the nearest whole number. The total score for each Bidder shall be ranked in descending order. The anticipated weightings for the ITT stage of the Tender process will be 60% - Quality and 40% - Commercial, this will be confirmed within the tender documentation. Following evaluation of the ITT, a minimum of the top 3 (three) highest scoring bidders will be invited to submit Best and Final Offers (BAFOs). Shortlisted bidders may be invited to present their proposals. MEL strongly encourages all bidders to submit competitive Tender submissions. Whilst the Customer may request Best and Final Offers (BAFOs), bidders should not rely on any potential subsequent opportunities for providing improved commercial offers. The ITT will focus on the ability to fully meet the requirement specification, programme, HS&E provision, integration and price. The full scope of the requirements with supporting documents and applicable T&C's will be attached as part of the tender pack."
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "submissionMethodDetails": "Expressions of Interest must be submitted electronically via: https://me-2-procure.org/MerseyrailElectrics/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=581&Culture=en-GB The procurement documents will be available for unrestricted and full direct access, free of charge, after the Expression of Interest deadline at: https://me-2-procure.org/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-31T14:00:00Z",
        "awardPeriod": {
            "endDate": "2026-07-24T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1440000,
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "This will be provided at PSQ (if used) and ITT stages respectively.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-27T00:00:00+01:00",
                    "endDate": "2028-07-27T23:59:59+01:00",
                    "maxExtentDate": "2031-06-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 12 month extensions for optional Service and Maintenance element only."
                },
                "hasOptions": true,
                "options": {
                    "description": "Option to include servicing, planned and unplanned maintenance."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "060273-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060273-2025",
                "datePublished": "2025-09-26T16:00:04+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}