Payment Acceptance 2

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£1B
Sector
BUSINESS
Published
08 Sep 2023
Delivery
To 09 Oct 2027 (est.)
Deadline
09 Oct 2023 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Payment Acceptance Services for use by Central Government and UK public sector bodies. This Framework will replace RM6118 Payment Acceptance. This Framework will consist of 3 lots: Lot 1 Payment Acceptance Services Lot 2 Acquiring and Merchant Equipment Services Lot 3 Payment Consultancy The framework will be established for 48 months. The full specification is set out in Framework Schedule 1(Specification), of the ITT.

Lot Division

1 Payment Acceptance Services
  • Value: £1B

Lot 1 Payment Acceptance Services will allow Customers to accept payment through face to face or unattended POS terminals like car parking machines. It also facilitates payment via alternative payment methods over the phone and the internet. and allows Customers full range of services including optional services such as PISP (payments, authenticated and paid directly out of a persons or businesses bank account, using faster payment instead of a debit or credit card). Suppliers shall be able to supply a minimum of 2 out of the 3 mandatory services (Acquiring, Gateway & APM and/or Merchant Equipment Services) to tender for this lot. The full requirements for lot 1 are set out in Framework Schedule 1 (Specification) of the ITT.

2 Acquiring and Merchant Equipment Services
  • Value: £175M

Lot 2 Acquiring and Merchant Equipment Services allows Customers to accept payment (and settlement of funds) through face to face or unattended POS terminals like car parking machines. Suppliers shall be able to supply both of the mandatory services (Acquiring, and Merchant Equipment Services) to tender for this lot. The full requirements for lot 2 are set out in Framework Schedule 1 (Specification) off the ITT.

3 Payment Consultancy
  • Value: £25M

Lot 3 Payment Consultancy allows for strategic advice to define payment acceptance and payment issuance requirements. Suppliers must provide an option analysis and comprehensive reasoning if they propose any procurement of services outside of RM6325 (Payment Acceptance Services), RM6248 (Payment Solutions 2) and RM6322 (Grant Funds Disbursement). The full requirements for lot 3 are set out in Framework Schedule 1 (Specification) off the ITT.

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 66110000 - Banking services
  • 66171000 - Financial consultancy services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a5c0ff45-1e9f-4815-948f-53e0a8... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains