Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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