Opportunity

Card Acquiring Services - University of Edinburgh

  • University of Edinburgh

F02: Contract notice

Notice reference: 2021/S 000-028067

Published 9 November 2021, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

University of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Antonia Hynd

Email

antonia.hynd@ed.ac.uk

Telephone

+44 1316502508

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

Card Acquiring Services - University of Edinburgh

Reference number

EC0955

two.1.2) Main CPV code

  • 66110000 - Banking services

two.1.3) Type of contract

Services

two.1.4) Short description

Card Acquiring Services/Merchant Acquiring Services required to facilitate all card based payments to the University including but not limited to tuition fees and student accommodation rent

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

This tender is for the provision of Card Acquiring Services for processing, authorisation and settlement of the University’s debit and credit transactions via all payment channels including customer present (Chip and PIN/contactless payments), customer not present (Mail Order / Telephone Order) and online (e-commerce).

The University is seeking to develop efficient and cost-effective card acquiring service arrangements which will be capable of meeting and navigating future market and technological changes, and which will meet, and often exceed, user expectations. It is looking for a relationship with an organisation which it can be confident will fulfil all the University’s current and future requirements.

It is important that any potential acquiring partner can add value through an effective dedicated corporate support team backed up by a proactive and responsive education sector specialist Relationship Manager.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is option to extend for an additional 2 + 1 + 1 year periods (an additional 18 months refund service if/when needed is expected at the end of any contract duration as a minimum requirement).

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The tenderer must be regulated by the Financial Conduct Authority and be authorised to provide card acquiring services in the United Kingdom by the FCA. Evidence must be provided.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Bidders must be of sound economic standing to be able to fulfil contractual requirements if appointed. Bidders must submit their 2 most recent sets of audited accounts including (i) balance sheets and (ii) profit and loss information.

Bidders must also hold (or commit to obtain before commencement of the Framework Agreement) the following levels of insurance:

Employers liability – GBP 5 million or statutory minimum in country of domicile

Public liability - GBP 2 million

Professional Indemnity - GBP 5 million

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The bidder must provide 2 Case Studies of contracts which demonstrates their technical ability and experience in delivering similar services as described in the Specification of Requirements which has been successfully undertaken (within the last 3 years) and displays strong similarities to the service requirements of this tender. Including:

- Who the client was/is

- full details of the scope of the services provided

- the methodology used to deliver the required services;

- the dates and duration of the services and contract;

- if subcontractors were used (e.g., for terminals) explain how you undertook contract management for the subcontracted service

- any (relevant) obstacles experienced during delivery of the services and how they were overcome; and how high levels of service were achieved.

- full contact details of the client Project Manager.

Please note that the University reserves the right to gain confirmation from the stated Client that the services and achievements were indeed provided as described for the stated Client.

Maximum Page Limit is 3 sides of A4 per case study

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

14 January 2022

Local time

12:00pm

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

14 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: in between 3 and 7 years time

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19473. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

N/A

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see details in tender document

(SC Ref:672138)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom