Opportunity

Payment Solutions 2

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-011818

Published 6 May 2022, 11:53am



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Payment Solutions 2

Reference number

RM6248

two.1.2) Main CPV code

  • 66000000 - Financial and insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) intends to put in place an agreement for the provision of Payment Solutions to be utilised by Central Government Departments and all other UK Public Sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.

The commercial agreement will establish a multi-supplier, multi-lot Framework Contract for the provision of Procurement Card, Prepaid Card and Voucher solutions across UK, Europe and Worldwide.

The Framework has been spilt into 3 lots based on the solutions required.

Lot 1 - will provide for the provision and maintenance of Procurement Cards which will enable the purchase of common goods and services.

Lot 2 – will provide for the provision and maintenance of Prepaid Cards.

Lot 3 – will provide for the provision of fully managed Closed Looped Voucher schemes.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Procurement Cards

Lot No

1

two.2.2) Additional CPV code(s)

  • 30160000 - Magnetic cards
  • 30162000 - Smart cards
  • 30163000 - Charge cards
  • 48812000 - Financial information systems
  • 66000000 - Financial and insurance services
  • 66110000 - Banking services
  • 66150000 - Financial markets administration services
  • 66151000 - Financial market operational services
  • 66152000 - Financial market regulatory services
  • 66160000 - Trust and custody services
  • 66161000 - Trust services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66172000 - Financial transaction processing and clearing-house services
  • 66515410 - Financial loss insurance services
  • 72212440 - Financial analysis and accounting software development services
  • 72212441 - Financial analysis software development services
  • 72212442 - Financial systems software development services
  • 79211120 - Sales and purchases recording services
  • 79211200 - Compilation of financial statements services
  • 79212100 - Financial auditing services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A multi-supplier Lot for the provision and maintenance of Procurement Cards which will enable the purchase of common goods and services across the UK, Europe and Worldwide.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £12,000,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 3 years, with an option to extend for 1 year.

CCS reserve the right to extend lots by varying durations.

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.2.14) Additional information

Bidders should note that the Lot value reflects the value of the goods and services paid for by Procurement Card, together with the value of associated fees.

two.2) Description

two.2.1) Title

Prepaid Cards

Lot No

2

two.2.2) Additional CPV code(s)

  • 30160000 - Magnetic cards
  • 30162000 - Smart cards
  • 30163000 - Charge cards
  • 48812000 - Financial information systems
  • 66000000 - Financial and insurance services
  • 66110000 - Banking services
  • 66150000 - Financial markets administration services
  • 66151000 - Financial market operational services
  • 66152000 - Financial market regulatory services
  • 66160000 - Trust and custody services
  • 66161000 - Trust services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66172000 - Financial transaction processing and clearing-house services
  • 66515410 - Financial loss insurance services
  • 72212440 - Financial analysis and accounting software development services
  • 72212441 - Financial analysis software development services
  • 72212442 - Financial systems software development services
  • 79211120 - Sales and purchases recording services
  • 79211200 - Compilation of financial statements services
  • 79212100 - Financial auditing services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A multi-supplier Lot for the provision and maintenance of Prepaid Cards.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 3 years, with an option to extend for 1 year.

CCS reserve the right to extend lots by varying durations.

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.2.14) Additional information

Bidders should note that the Lot value reflects the value of funds loaded to Prepaid Cards, together with the value of associated fees.

two.2) Description

two.2.1) Title

Vouchers

Lot No

3

two.2.2) Additional CPV code(s)

  • 75000000 - Administration, defence and social security services
  • 75310000 - Benefit services
  • 75312000 - Maternity benefits
  • 75330000 - Family allowances
  • 75340000 - Child allowances
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A multi supplier Lot 3 for the provision of fully managed Closed Looped Voucher scheme required by UK Central Government and public sector bodies.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 3 years, with an option to extend for 1 year.

CCS reserve the right to extend lots by varying durations.

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.2.14) Additional information

Please note the value of the Lot reflects the value of funds disbursed by the voucher solution, together with associated fees.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to Joint Schedule 9 Minimum Standards of Reliability


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020259

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

Date

9 June 2022

Local time

3:00pm

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

9 June 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/02f7f832-6f65-4bd3-b1f6-9e34d185fc9e

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

For Lot 2 and 3 the following applies;

You are only allowed to submit one bid either; in your own name as the single legal entity or, as a key subcontractor or, as part of a consortium, in each Lot you are bidding for. You cannot be involved in multiple bids for any one Lot, (for Lots 2 and 3). For example, if Bidding for Lot 2, you cannot submit a bid in your own name as a single legal entity AND be a key subcontractor as part of a bid submitted by another entity and/or part of a consortium in Lot 2.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/