Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Limited
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Fax
+44 1612955599
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
holly.ashworth@dukefieldprocurement.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
holly.ashworth@dukefieldprocurement.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
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
Cashless Payment Solutions
Reference number
CA9041 - CPC/DU/CASH/02
two.1.2) Main CPV code
- 48900000 - Miscellaneous software package and computer systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The framework will provide access to a comprehensive range of Cashless Payment Solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members, http://www.thecpc.ac.uk/members/regions.php and is also open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/ojeu
There will be a maximum of six suppliers awarded a place on the framework.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48400000 - Business transaction and personal business software package
- 42991230 - Ticket printers
- 66115000 - International payment transfer services
- 30192350 - Cash register ribbons
- 48500000 - Communication and multimedia software package
- 30142000 - Accounting machines and cash registers
- 51100000 - Installation services of electrical and mechanical equipment
- 35125110 - Biometric sensors
- 48732000 - Data security software package
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30144200 - Ticket-issuing machines
- 64212900 - Pre-paid phone card provider services
- 30125110 - Toner for laser printers/fax machines
- 72267000 - Software maintenance and repair services
- 30162000 - Smart cards
- 30142200 - Cash registers
- 51610000 - Installation services of computers and information-processing equipment
- 30232110 - Laser printers
- 48984000 - Graphical user interface (GUI) tools
- 55900000 - Retail trade services
- 55510000 - Canteen services
- 30231300 - Display screens
- 30232150 - Inkjet printers
- 30191140 - Personal identification accessories
- 30216200 - Magnetic card readers
- 72267200 - Repair of information technology software
- 30231310 - Flat panel displays
- 44421600 - Safe-deposit lockers
- 30216300 - Punchcard readers
- 66110000 - Banking services
- 72200000 - Software programming and consultancy services
- 48600000 - Database and operating software package
- 44421790 - Cash boxes
- 72212110 - Point of sale (POS) software development services
- 42933000 - Vending machines
- 30231320 - Touch screen monitors
- 30216000 - Magnetic or optical readers
- 72260000 - Software-related services
- 48800000 - Information systems and servers
- 51611100 - Hardware installation services
- 30163000 - Charge cards
- 42933300 - Automatic goods-vending machines
- 30123200 - Automatic cash dispensers
- 30192320 - Printer ribbons
- 30200000 - Computer equipment and supplies
- 48217000 - Transaction-processing software package
- 48430000 - Inventory management software package
- 35126000 - Bar code scanning equipment
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30216100 - Optical readers
- 30160000 - Magnetic cards
- 30233310 - Fingerprint readers
- 72250000 - System and support services
- 30233320 - Combined smart card and fingerprint readers
- 30236000 - Miscellaneous computer equipment
- 30216110 - Scanners for computer use
- 44421720 - Lockers
- 48110000 - Point of sale (POS) software package
- 51000000 - Installation services (except software)
- 30233300 - Smart card readers
- 72000000 - IT services: consulting, software development, Internet and support
- 51110000 - Installation services of electrical equipment
- 30170000 - Labelling machines
- 72267100 - Maintenance of information technology software
- 30216130 - Barcode readers
- 48480000 - Sales, marketing and business intelligence software package
- 48700000 - Software package utilities
- 30172000 - Identification ID press machines
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The contracting authority wishes to make available to participating public sector bodies a comprehensive range of cashless payment equipment, software, and associated supplies and services including contactless payment software and solutions. Public Sector Bodies will be able to purchase any one of the products and services either in isolation or as an all-encompassing solution.
two.2.5) Award criteria
Cost criterion - Name: Notice is cancelled / Weighting: 100.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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 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
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 000-018223
Section five. Award of contract
Contract No
CA9041
Title
Cashless Payment Solutions
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
CPC Internal Reference Number is CPC/DU/CASH/02. The framework is being delivered by Crescent Purchasing Ltd through Crescent Purchasing Consortium and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Procurement Ltd are acting as agents of Crescent Purchasing Consortium in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Multi Quote system at https://suppliers.multiquote.com the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of this framework is sixth place. Therefore, tenderers within 0.5 %, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position.
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom