Cashless Payment Solutions

A Contract Award Notice
by CRESCENT PURCHASING LIMITED

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year (est.)
Value
£30M
Sector
TECHNOLOGY
Published
26 May 2022
Delivery
To 05 May 2026 (est.)
Deadline
n/a

Concepts

Location

United Kingdom (UK)

Geochart for 5 buyers and 4 suppliers

Description

The framework will provide access to a comprehensive range of Cashless Payment Solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members, http://www.thecpc.ac.uk/members/regions.php and is also open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at https://www.dukefieldprocurement.co.uk/ojeu There will be a maximum of six suppliers awarded a place on the framework

Total Quantity or Scope

The contracting authority wishes to make available to participating public sector bodies a comprehensive range of cashless payment equipment, software, and associated supplies and services including contactless payment software and solutions. Public Sector Bodies will be able to purchase any one of the products and services either in isolation or as an all-encompassing solution.

Award Detail

1 CRB Cunninghams Education Solutions (Birmingham)
  • Cashless Payment Solutions
  • Reference: ca9432
  • Num offers: 5
  • Value: £30,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
2 SF Software (Newcastle upon Tyne)
  • Cashless Payment Solutions
  • Reference: ca9432
  • Num offers: 5
  • Value: £30,000,000 [share]
  • Awarded to group of suppliers.
3 MCR Systems (Leicester)
  • Cashless Payment Solutions
  • Reference: ca9432
  • Num offers: 5
  • Value: £30,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
4 Civica Education (Hertfordshire)
  • Cashless Payment Solutions
  • Reference: ca9432
  • Num offers: 5
  • Value: £30,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.

Renewal Options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 48900000 - Miscellaneous software package and computer systems
  • 72212110 - Point of sale (POS) software development services
  • 30232110 - Laser printers
  • 42933000 - Vending machines
  • 66115000 - International payment transfer services
  • 30216300 - Punchcard readers
  • 48700000 - Software package utilities
  • 30170000 - Labelling machines
  • 30123200 - Automatic cash dispensers
  • 50000000 - Repair and maintenance services
  • 30231310 - Flat panel displays
  • 48110000 - Point of sale (POS) software package
  • 30191140 - Personal identification accessories
  • 30216000 - Magnetic or optical readers
  • 55510000 - Canteen services
  • 48984000 - Graphical user interface (GUI) tools
  • 48500000 - Communication and multimedia software package
  • 44421600 - Safe-deposit lockers
  • 72250000 - System and support services
  • 66110000 - Banking services
  • 30232150 - Inkjet printers
  • 30233310 - Fingerprint readers
  • 30163000 - Charge cards
  • 51000000 - Installation services (except software)
  • 64212900 - Pre-paid phone card provider services
  • 72267000 - Software maintenance and repair services
  • 42933300 - Automatic goods-vending machines
  • 51611100 - Hardware installation services
  • 48800000 - Information systems and servers
  • 30192320 - Printer ribbons
  • 48600000 - Database and operating software package
  • 30233320 - Combined smart card and fingerprint readers
  • 51110000 - Installation services of electrical equipment
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 44421790 - Cash boxes
  • 48400000 - Business transaction and personal business software package
  • 35125110 - Biometric sensors
  • 72267100 - Maintenance of information technology software
  • 30162000 - Smart cards
  • 30216100 - Optical readers
  • 72260000 - Software-related services
  • 30236000 - Miscellaneous computer equipment
  • 30160000 - Magnetic cards
  • 30192350 - Cash register ribbons
  • 35126000 - Bar code scanning equipment
  • 30200000 - Computer equipment and supplies
  • 30216110 - Scanners for computer use
  • 30142000 - Accounting machines and cash registers
  • 48732000 - Data security software package
  • 30142200 - Cash registers
  • 48217000 - Transaction-processing software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30231320 - Touch screen monitors
  • 42991230 - Ticket printers
  • 51610000 - Installation services of computers and information-processing equipment
  • 30216200 - Magnetic card readers
  • 30231300 - Display screens
  • 55900000 - Retail trade services
  • 48430000 - Inventory management software package
  • 48480000 - Sales, marketing and business intelligence software package
  • 72267200 - Repair of information technology software
  • 72200000 - Software programming and consultancy services
  • 30172000 - Identification ID press machines
  • 51100000 - Installation services of electrical and mechanical equipment
  • 30233300 - Smart card readers
  • 30125110 - Toner for laser printers/fax machines
  • 44421720 - Lockers
  • 30216130 - Barcode readers
  • 30144200 - Ticket-issuing machines

Indicators

  • Options are available.
  • Award on basis of price.

Other Information

CPC Internal Reference Number is CPC/DU/CASH/02A. The framework is being delivered by Crescent Purchasing Ltd through Crescent Purchasing Consortium and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Procurement Ltd are acting as agents of Crescent Purchasing Consortium in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Multi Quote system at https://suppliers.multiquote.com the tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights: (a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) to award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation; (d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement; (h) the contracting authority will not be liable for any costs incurred by tenderers; (i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and (j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4). Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of this framework is sixth place. Therefore, tenderers within 0.5 %, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position.

Reference

Domains