Future opportunity

Payment Solutions 2

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

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-020259

Published 18 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

paymentsout@crowncommercial.gov.uk

Telephone

+44 3450103503

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

Additional information can be obtained from 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, as the Authority, intends to put in place an agreement for the provision of Payment Solutions for use by Central Government and UK public sector bodies.

The lotting structure of this framework will be determined as a result of stakeholder and market engagement.

The proposed requirement will provide for Procurement Card solutions which will enable the purchase of common goods and services across the UK, Europe and worldwide. In addition, Payment Solutions will provide for a prepaid solution for the disbursement of funds to those who may not have access to other means. The solution will look to expand the list of services eg. Project Bank Accounts, if the merits can be demonstrated for the Public Sector.

Further information is included in the Additional Information section VI.3.

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

two.2) Description

two.2.1) Title

Procurement Card Solutions

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 a Procurement Card, which is accessible to Central Government and Wider Public Sector organisations.

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
  • 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
  • 66172000 - Financial transaction processing and clearing-house services
  • 66515410 - Financial loss insurance services
  • 72212441 - Financial analysis software development services
  • 72212442 - Financial systems software development services
  • 75200000 - Provision of services to the community
  • 75300000 - Compulsory social security services
  • 75310000 - Benefit services
  • 79211120 - Sales and purchases recording 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, which is accessible to UK Central Government and Wider Public sector organisations.

two.2.14) Additional information

Crown Commercial Service will assess whether transactional or direct spend is most appropriate during market engagement

two.2) Description

two.2.1) Title

Fund Disbursement

Lot No

3

two.2.2) Additional CPV code(s)

  • 30160000 - Magnetic cards
  • 30162000 - Smart cards
  • 48812000 - Financial information systems
  • 66000000 - Financial and insurance services
  • 66110000 - Banking services
  • 66160000 - Trust and custody services
  • 66161000 - Trust services
  • 75200000 - Provision of services to the community
  • 75300000 - Compulsory social security services
  • 75310000 - Benefit services
  • 79211120 - Sales and purchases recording 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 of fund disbursement solutions to facilitate the delivery of funds to End Users, which is accessible to UK Central Government and Wider Public Sector organisations.

two.2.14) Additional information

Crown Commercial Service will assess whether transactional or direct spend is most appropriate during market engagement

two.3) Estimated date of publication of contract notice

2 May 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

Crown Commercial Service will invite suggestions and feedback on the proposed content and structure of the framework from the market including industry experts, specialists and suppliers.

To participate in market engagement please email paymentsout@crowncommercial.gov.uk, including the following details:

1. Organisation name

2. Contact name

3. Job title of contact (including responsibility within your organisation)

4. Contact phone number

5. Contact email

6. Organisation website link

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 48 months.

The Framework Agreement value relates to transactional and direct spend. We cannot guarantee any business through the Framework Agreement.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme or evidence of its adherence to PCI DSS for services under and in connection with this procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Payment Solutions 2 Schedule, “Security Requirement and Plan”, to meet Payment Solutions 2 requirements. This will be released at the ITT stage.

Please note that for this and all new UK procurement opportunities which are launched after 23:00 on 31 December 2020, CCS will be required to publish notices relating to those procurements on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU.

You are therefore advised to monitor FTS and Contracts Finder for the notification of the release of the ITT documents for this procurement. Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021