Tender

Payment Acceptance 2

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

F02: Contract notice

Notice identifier: 2023/S 000-026668

Procurement identifier (OCID): ocds-h6vhtk-03b0cb

Published 8 September 2023, 3:27pm



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

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region 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 Acceptance 2

Reference number

RM6325

two.1.2) Main CPV code

  • 66110000 - Banking 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 Acceptance Services for use by Central Government and UK public sector bodies. This Framework will replace RM6118 Payment Acceptance.

This Framework will consist of 3 lots:

Lot 1 Payment Acceptance Services

Lot 2 Acquiring and Merchant Equipment Services

Lot 3 Payment Consultancy

The framework will be established for 48 months. The full specification is set out in Framework Schedule 1(Specification), of the ITT.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000,000

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

Payment Acceptance Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 Payment Acceptance Services will allow Customers to accept payment through face to face or unattended POS terminals like car parking machines. It also facilitates payment via alternative payment methods over the phone and the internet. and allows Customers full range of services including optional services such as PISP (payments, authenticated and paid directly out of a persons or businesses bank account, using faster payment instead of a debit or credit card). Suppliers shall be able to supply a minimum of 2 out of the 3 mandatory services (Acquiring, Gateway & APM and/or Merchant Equipment Services) to tender for this lot.

The full requirements for lot 1 are set out in Framework Schedule 1 (Specification) of the ITT.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000,000

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

Duration in months

48

This contract is subject to renewal

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.2.14) Additional information

A framework contract will be awarded to a maximum of 10 bidders for Lot 1. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

two.2) Description

two.2.1) Title

Acquiring and Merchant Equipment Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 Acquiring and Merchant Equipment Services allows Customers to accept payment (and settlement of funds) through face to face or unattended POS terminals like car parking machines. Suppliers shall be able to supply both of the mandatory services (Acquiring, and Merchant Equipment Services) to tender for this lot.

The full requirements for lot 2 are set out in Framework Schedule 1 (Specification) off the ITT.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £175,000,000

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

Duration in months

48

This contract is subject to renewal

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.2.14) Additional information

A framework contract will be awarded to a maximum of 10 bidders for Lot 2. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

two.2) Description

two.2.1) Title

Payment Consultancy

Lot No

3

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 Payment Consultancy allows for strategic advice to define payment acceptance and payment issuance requirements.

Suppliers must provide an option analysis and comprehensive reasoning if they propose any procurement of services outside of RM6325 (Payment Acceptance Services), RM6248 (Payment Solutions 2) and RM6322 (Grant Funds Disbursement).

The full requirements for lot 3 are set out in Framework Schedule 1 (Specification) off the ITT.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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

Duration in months

48

This contract is subject to renewal

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.2.14) Additional information

A framework contract will be awarded to a maximum of 10 bidders for Lot 3. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.


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


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: 2023/S 000-006850

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

Date

9 October 2023

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 October 2023

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a5c0ff45-1e9f-4815-948f-53e0a8b77915

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

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