Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Argyro Soudi
Telephone
+44 7817207072
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=GW1gHIU8&realm=TfL&dard=1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=GW1gHIU8&realm=TfL&dard=1
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Card Not Present (CNP) Payment Gateway Services
Reference number
ICT14059B
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London
TfL was created in 2000 as the integrated body responsible for London's transport system. TfL is a functional body of the Greater London Authority. Its primary role is to implement the Mayor of London's Transport Strategy and manage transport services to, from and within London.
TfL manages London's buses, the Tube network, Docklands Light Railway, Overground and Trams. TfL also runs Santander Cycles, London River Services, Victoria Coach Station, the Emirates Air Line and London Transport Museum. As well as controlling a 580km network of main roads and the city's 6,000 traffic lights, TfL also regulates London's taxis and private hire vehicles and the Congestion Charge scheme.
Further background on what TfL does can be found on the TfL website here: https://tfl.gov.uk/corporate/about-tfl/what-we-do
Short Description
Transport for London (TfL) is looking to procure an "off the shelf" application as SaaS (Software as a Service) from as Service Provider to allow TfL to continue to provide an uninterrupted payment gateway service to customers via TfL websites.
The service is primarily required for TfL's Oyster Online (OOL) platform and TfL Oyster and Contactless Mobile Application (TOCMA); however, it may be utilised by other websites of TfL and/or members or other members or areas of the TfL group in the future (including in relation to Oyster Online and TOCMA), as and when necessary, including, but not limited to, Road User Charging.
Oyster is used as one of the means to pay for travel around London. It is a smartcard which can hold pay as you go credit, Travelcards and Bus & Tram season tickets. Customers can purchase and manage their Oyster cards on Oyster Online 24 hours a day, 365 days per year, including the following options:
• Check their Oyster card balance
• Top up their pay as you go credit and add or renew Travelcards and other season tickets
• Set up Auto top-up (recurring payments based on pre-agreed arrangements)
• Protect their Oyster card in case of lost or stolen
• See their Oyster journey history
• Apply for a refund for incomplete journeys or service disruptions
TfL requires a payment gateway that can be integrated into the Oyster Online platform and TOCMA in a secure way to ensure the above services are provided to customers uninterrupted. The payment gateway should follow industry best practices for e.g. REST(Representational state transfer)/SOAP(Simple object access protocol) over HTTPs (Hypertext Transfer Protocol Secure) and must comply fully with PCI-DSS (Payment Card Industry Data Security Standard). The service must also offer PAN (Primary Account Number) tokenisation, including the option to bulk import (and retrieve) card numbers from (and to) a secure store.
To assure our transactions and its associated fraud risks, TfL will also require a fraud management tool to be provided through SaaS as part of the payment gateway service, which will help efficiently mitigate these risks. The tool should enable bespoke rules to be built and applied to transactions in real time.
TfL requires a Supplier to be able to provide monitoring tools and capabilities to ensure that the service can be measured by TfL and any disruptions to the service can be appropriately handled. In addition, the system should be able to facilitate chargeback processing, and output customised reports according to bespoke requirements.
The volume of CNP payment gateway transactions for year 2022 was 22,470,775, and the volumes are forecasted to increase by 2% year-on-year over the next few years.
The initial contract term is expected to be 36 months with the potential (at the discretion of TfL) for:-
i) extension up to further 24 months; and/or
ii) an additional period during which some or all of the services may continue to be provided to the extent required to facilitate an effective hand back of the services to TfL or a successor provider.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The need to continue with a payment gateway under this procurement is driven by a number of different factors:
• Undertake online transactions on Oyster Online and other TfL websites securely;
• Provide the foundations for future savings should other TfL websites decide to utilise this contract for payment gateway services;
• To move more customers to a more cost-effective payment channel for paying for Oyster/ticketing services and
• It must facilitate future strategy to move more services online;
Implementation of the Services
Bidders should develop Transition Plans for all activities necessary from contract signature to the planned Service Commencement Date. Bidders should note that TfL's contract with its current service provider expires in 31 March 2024, however any extension(s) required to allow for the Transition of Services will be arranged.
Duration of the Agreement
The initial contract term is expected to be 3 years with the potential (at the discretion of TfL) for:
(a) extension(s) for up to 2 years; and/or
(b) an additional period during which some or all of the Services may continue to be provided to the extent required to facilitate an effective handback of the Services to TfL or a successor provider.
Additional Services
TfL may identify additional service requirements in addition to the Services. Such Additional Services may involve the Service Provider extending and/or upgrading its Services to support any changes to requirements.
These Additional Services may include, but are not limited to:
• amendments to the Contract System to support possible future compliance schemes and legislative changes
• amendments to the System to support additional or reduced compliance activities;
• incorporation of additional functionality;
• other relevant compliance or enforcement schemes.
Where such additional services are identified, the Service Provider will be engaged through the Variation procedure as set out in Schedule 9 in the Agreement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
There is an extension option of 24 months and after that, the services will have to be re-procured in its entirety.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an extension option of 24 months that can be utilised at the end of the contract period
two.2.14) Additional information
The contracts resulting from this procurement may be awarded by and may be for the benefit of other contracting authorities.
Tender documents will be provided electronically via TfL's eTendering portal at [ ]
Selection criteria are as stated in the descriptive documents
TfL is conducting this procurement pursuant to the Utilities Contracts Regulations 2016
Information about authorised persons and opening procedure:
Both the Standard Selection Questionnaire (SSQ) and Invitation to Tender (ITT) submissions will be checked initially for compliance and completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any submissions that are not, upon receipt, compliant with, and in the format specified in the ITT. It is recommended that the Tenderer undertakes its own checks for content and compliance before submitting the Tender.
TfL reserves the right without notice to change the procurement process detailed in both the SQ and ITT or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency.
Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the SQ and ITT. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process.
TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.
The contract or contracts (if any) resulting from this procurement process may be awarded by and may be for the benefit of the Contracting Authority and/or any of its subsidiaries.
The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information.
The UK government has announced its commitment to greater data transparency. Accordingly, the Contracting Authority reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, the Contracting Authority may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
Further information on TfL may be found at HYPERLINK "https://www.tfl.gov.uk/"www.tfl.gov.uk
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 June 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 August 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: A new procurement is estimated to be run in late 2028 or, should the contract extension options are exercised, in late 2030
six.3) Additional information
There is a previous PIN notice published as per below:
Merchant Payment Processing Services - ICT14059
F01: Prior information notice
Prior information only
Notice reference: 2022/S 000-015135
Published: 30 May 2022, 11:06pm
six.4) Procedures for review
six.4.1) Review body
Transport for London
London
Country
United Kingdom