Awarded contract

Payment Solutions 2

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

F03: Contract award notice

Notice reference: 2022/S 000-034055

Published 1 December 2022, 12:33pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

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.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 (CCS) has put in place an agreement for the provision of Payment Solutions to be utilised by Central Government Departments and all other UK Public Sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.

The commercial agreement establishes a multi-supplier, multi-lot Framework Contract for the provision of Procurement Card, Prepaid Card and Voucher solutions across UK, Europe and Worldwide.

The Framework has been spilt into 3 lots based on the solutions required.

Lot 1 - will provide for the provision and maintenance of Procurement Cards which will enable the purchase of common goods and services.

Lot 2 – will provide for the provision and maintenance of Prepaid Cards.

Lot 3 – will provide for the provision of fully managed Closed Looped Voucher schemes.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £15,000,000,000

two.2) Description

two.2.1) Title

Procurement Cards

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 Procurement Cards

which will enable the purchase of common goods and services across the UK,

Europe and Worldwide.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Bidders should note that the Lot value reflects the value of the goods and

services paid for by Procurement Card, together with the value of associated

fees.

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
  • 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

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Bidders should note that the Lot value reflects the value of funds loaded to

Prepaid Cards, together with the value of associated fees.

two.2) Description

two.2.1) Title

Vouchers

Lot No

3

two.2.2) Additional CPV code(s)

  • 75000000 - Administration, defence and social security services
  • 75310000 - Benefit services
  • 75312000 - Maternity benefits
  • 75330000 - Family allowances
  • 75340000 - Child allowances

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A multi supplier Lot 3 for the provision of fully managed Closed

Looped Voucher scheme required by UK Central Government and

public sector bodies.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Please note the value of the Lot reflects the value of funds

disbursed by the voucher solution, together with associated fees.


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 000-020259

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 November 2022

five.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

See Contracts Finder Notice for full supplier list

See Contracts Finder Notice for full supplier list

See Contracts Finder

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/504f4fae-9952-4052-8b01-e1705a283228

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

six.4) Procedures for review

six.4.1) Review body

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 3450103503

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

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 3450103503

Country

United Kingdom