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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom