Tender

Merchant Services for Mass Transit Transactions

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice identifier: 2024/S 000-037552

Procurement identifier (OCID): ocds-h6vhtk-04bd5a

Published 20 November 2024, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

Procurement@spt.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Merchant Services for Mass Transit Transactions

Reference number

24-167

two.1.2) Main CPV code

  • 66172000 - Financial transaction processing and clearing-house services

two.1.3) Type of contract

Services

two.1.4) Short description

SPT has a requirement to procure merchant services for Mass Transit Transactions. The contractor must have an existing integration with Visa Platform Connect (VPC) https://www.visaacceptance.com/en-gb/solutions/connector-tools/visa-platform-connect.html to ensure seamless integration with the S&B systems.

The Subway entry/exit gates are supplied by Scheidt & Bachmann GmbH (S&B) of Moenchengladbach, Germany. S&B will be supplying the contactless payment Account Based Ticketing (ABT) solution through their Fare Go Open Payments platform utilising Visa Platform Connect transaction handling.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66172000 - Financial transaction processing and clearing-house services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66100000 - Banking and investment services
  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

SPT has a requirement to procure merchant services for Mass Transit Transactions. The contractor must have an existing integration with Visa Platform Connect (VPC) https://www.visaacceptance.com/en-gb/solutions/connector-tools/visa-platform-connect.html to ensure seamless integration with the S&B systems.

The Subway entry/exit gates are supplied by Scheidt & Bachmann GmbH (S&B) of Moenchengladbach, Germany. S&B will be supplying the contactless payment Account Based Ticketing (ABT) solution through their Fare Go Open Payments platform utilising Visa Platform Connect transaction handling

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 10

Price - Weighting: 90

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

A 5 years optional extension clause is included.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

SPT reserves the right to procure any related services from the awarded contractor without limit to value.

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

It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House, they must be able to verify to SPT's satisfaction that they are trading from the address provided in the tender and under the company name given.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must either confirm at SPD Question 4B.4 that they have a Dun and Bradstreet failure score of 51 or above (and provide the score), or if they cannot evidence this or do not have a D&B score they must provide instead the value of the 3 financial ratios noted.

Minimum level(s) of standards possibly required

In the absence of a Dun and Bradstreet Score, the name and required values of the Financial Ratios to be provided by the Bidder are as follows

1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Bidder must provide 3 examples from the last 3 years where the have undertaken services of a similar nature to the requirements detailed in the Scope of Services. Ideally these will have been undertaken on behalf of a Public body and within a similar environment.


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

20 December 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 December 2024

Local time

12:00pm

Place

Glasgow


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

SPT will not accept any bid where the level of sub-contracted services exceeds 50%, and the bidder then effectively becomes a management company and has limited direct control over the entity/entities undertaking the services. Please confirm below in your response to 4C.10 that you as the Bidder will be undertaking in excess of 50% of the required services and provide a breakdown of this.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27972. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:783604)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom