Tender

Payment Services

  • Prifysgol Bangor / Bangor University

F02: Contract notice

Notice identifier: 2023/S 000-002513

Procurement identifier (OCID): ocds-h6vhtk-039b18

Published 27 January 2023, 9:51am



The closing date and time has been changed to:

3 March 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Prifysgol Bangor / Bangor University

Finance Office, Cae Derwen, College Road

Bangor

LL57 2DG

Email

n.h.day@bangor.ac.uk

Telephone

+44 1248388675

Country

United Kingdom

NUTS code

UKL12 - Gwynedd

Internet address(es)

Main address

http://www.bangor.ac.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Payment Services

two.1.2) Main CPV code

  • 66110000 - Banking services

two.1.3) Type of contract

Services

two.1.4) Short description

Bangor University is looking to appoint a service provider(s) for merchant services, payment gateway and online e-Store.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of lots.

two.2) Description

two.2.1) Title

Payment Gateway

Lot No

2

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd

two.2.4) Description of the procurement

Payment gateway for authorisation through to the chosen merchant services provider for debit and credit card transactions vis all payment channels. Payment gateway should meet all the card scheme requirements for card payments and offer alternative payment methods. The solution should include reporting option, with the ability to cover payment optimisation and fraud protection options.

two.2.5) Award criteria

Quality criterion - Name: Payment Gateway / Weighting: 80%

Price - Weighting: 20%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The full contract term shall be 3 years with possible extensions of a further 2 years (1+1), subject to performance and agreement between the parties

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

E-Store for online sales.

Lot No

3

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd

two.2.4) Description of the procurement

E-Store for online sales from the chosen sale routes by the University. Giving the ability to connect to the chosen payment gateway (Lot 2) and the merchant acquirer (Lot 1). The E-Store will be used to make sales and be able to track the activity through a reporting portal, the E-store should have the ability to add and remove items for sale by University staff.

two.2.5) Award criteria

Quality criterion - Name: Core Service Requirements / Weighting: 40%

Quality criterion - Name: Implementation / Weighting: 30%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The full contract term shall be 3 years with possible extensions of a further 2 years (1+1), subject to performance and agreement between the parties

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Merchant Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services
  • 66172000 - Financial transaction processing and clearing-house services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd

two.2.4) Description of the procurement

Merchant Services for the processing, authorisation and settlement of the University's debit and credit transactions via all payment channels including customer present (Chip and Pin/contactless payments), customer not present (mail order/telephone order) and online (e-commerce).

two.2.5) Award criteria

Quality criterion - Name: Core Service Requirements / Weighting: 40%

Quality criterion - Name: Relationship Management / Weighting: 15%

Quality criterion - Name: Implementation / Weighting: 15%

Quality criterion - Name: Sustainability / Weighting: 5%

Price - Weighting: 25%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The full contract term shall be 3 years with possible extensions of a further 2 years (1+1), subject to performance and agreement between the parties.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

27 February 2023

Local time

12:00pm

Changed to:

Date

3 March 2023

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is intended that the contract will be re-advertised in January 2028.

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=127558.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The University intends to work in partnership with the Contracted supplier to identify and implement appropriate value adding benefits.

Bidders will be required to submit a method statement detailing how social value will be addressed within the contract (Lot 1 only).

(WA Ref:127558)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom