Section one: Contracting authority
one.1) Name and addresses
South East Consortium
Grosvenor House, 125 High Street, Croydon
Surrey
CR0 9XP
emilie.kemsley@southeastconsortium.org.uk
Telephone
+44 2080362942
Country
United Kingdom
NUTS code
UKJ4 - Kent
Internet address(es)
Main address
http://www.southeastconsortium.org.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electronic Payment Services
two.1.2) Main CPV code
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
two.1.3) Type of contract
Services
two.1.4) Short description
We would like to appoint suppliers that are capable of carrying out a fully managed and flexible electronic payment service.
As part of the tender process, we will require tenderers to demonstrate expertise as a single or multiple network managed service provider (lot dependant) for high quality, efficient, secure and auditable fully managed electronic payment services. This solution enables customers to make payments such as rent, council tax, other bills and associated payments through a variety of payment methods and a range of convenient payment networks nationwide. The same solution must, on collection of the payment(s), transfer the funds to the member within reasonable timescales and provide a daily breakdown of payments made the previous day for accounts reconciliation purposes.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Multiple Network Provider
Lot No
1
two.2.2) Additional CPV code(s)
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
We would like to appoint suppliers that are capable of carrying out a fully managed and flexible electronic payment service.
As part of the tender process, we will require tenderers to demonstrate expertise as a single or multiple network managed service provider (lot dependant) for high quality, efficient, secure and auditable fully managed electronic payment services. This solution enables customers to make payments such as rent, council tax, other bills and associated payments through a variety of payment methods and a range of convenient payment networks nationwide. The same solution must, on collection of the payment(s), transfer the funds to the member within reasonable timescales and provide a daily breakdown of payments made the previous day for accounts reconciliation purposes.
Providers who can offer Multiple Network may apply for Lot 1
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Single Network Provider
Lot No
2
two.2.2) Additional CPV code(s)
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
We would like to appoint suppliers that are capable of carrying out a fully managed and flexible electronic payment service.
As part of the tender process, we will require tenderers to demonstrate expertise as a single or multiple network managed service provider (lot dependant) for high quality, efficient, secure and auditable fully managed electronic payment services. This solution enables customers to make payments such as rent, council tax, other bills and associated payments through a variety of payment methods and a range of convenient payment networks nationwide. The same solution must, on collection of the payment(s), transfer the funds to the member within reasonable timescales and provide a daily breakdown of payments made the previous day for accounts reconciliation purposes.
Providers who can offer Single Network may apply for Lot 2
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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
Date
31 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This framework is available for Public Sector bodies to use. More information can be found via the following web link:
https://www.southeastconsortium.org.uk/our-frameworks/faqs/who-can-use-our-frameworks/
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226831.
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.mytenders.co.uk/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.
(MT Ref:226831)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit