Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electronic Payment Services Framework 2019-2023 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Framework for the provision of Electronic Payment Services. The framework will be available to access for all current and future members of the Northern Housing Consortium. Further information on who can access the Framework is available at this link. https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ The framework will seek to appoint 1 supply partner to each of the 7 lots, and members will call off their preferred lots by way of a Request for Quotation (RFQ) |
Published: | 25/03/2019 09:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Contact: Drew Frame
Main Address: www.consortiumprocurement.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Financial-and-insurance-services./3954RUC887
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/3954RUC887 to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Other type:: Central Purchasing Body
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electronic Payment Services Framework 2019-2023
Reference Number: Not provided
II.1.2) Main CPV Code:
66000000 - Financial and insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework for the provision of Electronic Payment Services. The framework will be available to access for all current and future members of the Northern Housing Consortium. Further information on who can access the Framework is available at this link. https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The framework will seek to appoint 1 supply partner to each of the 7 lots, and members will call off their preferred lots by way of a Request for Quotation (RFQ)
II.1.5) Estimated total value:
Value excluding VAT: 150,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Fully Managed Service
Lot No: 1
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66151000 - Financial market operational services.
66172000 - Financial transaction processing and clearing-house services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Supply Partner will capture and consolidate, transfer payments and provide management information to and from Members own customers through multiple established payment network providers and other payment solution providers.
In addition, the Supply Partner will supply and facilitate the provision of plastic electronic payment cards incorporating a magnetic stripe/barcode, and paper letters/bills with a printed barcode for and on behalf of NHC Members to their customers.
Supply partners should also have capacity to offer the above provisions in a digital format e.g. Applications for use on mobile telephone or tablet.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 90,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3954RUC887
II.2) Description Lot No. 2
II.2.1) Title: Customer Payment Cards
Lot No: 2
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: the Supplier will provide Customer Payment Card. Which are a plastic card, credit card shaped card, printed or embossed with the person’s name and a unique customer identification number. Generally, these cards are bespoke by payment scheme i.e. rent payments, council tax payments etc.
This can be used at participating kiosks e.g. supermarkets, local stores etc. or mobile or doorstep by an employee of the member organisation.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 12,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Barcodes
Lot No: 3
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Supplier will provide the member with a unique barcode, which is generated for any transaction to be able to trace a single payment. The barcode maybe issued to a customer on an invoice or letter requesting payment. The customer will make the payment at an acceptable pay point, where the barcode is scanned and the payment can then be tracked through the system.
Included in this lot are QR codes.
Barcodes and QR codes may be generated by digital means, on a mobile phone or tablet application.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Debit and Credit Card Payment
Lot No: 4
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66151000 - Financial market operational services.
66150000 - Financial markets administration services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers on this lot will provide the member organisations with the ability to take payments from customers on their own debit or credit cards, in person or over the telephone. The payments should be identifiable and traceable.
Card Payments should also be able to be made utilising payment apps such as Apple Pay, Samsung Pay, Android Pay etc.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 12,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Direct Debits
Lot No: 5
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The supplier will enable members to set up and manage their customers direct debit transactions. They should be able to trace the payment status via the manage information system detailed in the general specification.
Direct debits can be requested online and via telephone (in line with PCI compliance) by customers, or members on behalf of customers.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 12,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Online Payments
Lot No: 6
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Suppliers will provide the members with the ability to process payments online through their own website, application or payment portal. The website will need to be able to interface with the supply partners management information platform or portal, in order for payments to traced.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 12,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Management Information System
Lot No: 7
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
48000000 - Software package and information systems.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The supplier will provide the member with a standalone platform or portal to consolidate their various payment methods in one place.
The platform should be able to interface with other platform or management information systems, including those of other supply partners on other lots to ensure that the member organisation is able to consolidate all of their various payments in one place.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/05/2019 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 03/05/2019
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The term of this framework will be for 2 years (24 months), with the option to extend for a further 2 years (24 months). Note: Supply Agreements (Call-Off Contracts) may extend beyond the end of the Framework term. This is to provide flexibility and allow for changes to the financial services market.
Supply Partner(s) shall ensure compliance with the following legislation and regulations:
•Payment Card Industry (PCI) Data Security Standards throughout the framework term.
•Financial Conduct Authority (FCA) Payment Services regulations 2017.
•The Money Laundering, Terrorist Financing and Transfer of Funds (Information on the Payer) Regulations 2017.
•Modern Slavery Act 2015
Following the UK’s exit from the EU, during the time-limited implementation period, EU law will continue to apply in the UK subject to the terms set out in the Withdrawal Agreement.
The Framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award contracts under one or a combination of lots to meet their requirements.
This tender exercise is envisaged to be completed in June 2019.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Financial-and-insurance-services./3954RUC887
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3954RUC887
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures:
See VI.4.3
Sunderland, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/03/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Contact: Drew Frame
Main Address: www.consortiumprocurement.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Other type:: Central Purchasing Body
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Electronic Payment Services Framework 2019-2023
Reference number: Not Provided
II.1.2) Main CPV code:
66000000 - Financial and insurance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework for the provision of Electronic Payment Services. The framework will be available to access for all current and future members of the Northern Housing Consortium. Further information on who can access the Framework is available at this link. https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The framework will seek to appoint 1 supply partner to each of the 7 lots, and members will call off their preferred lots by way of a Request for Quotation (RFQ)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 150,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Fully Managed Service
Lot No:1
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66151000 - Financial market operational services.
66172000 - Financial transaction processing and clearing-house services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The Supply Partner will capture and consolidate, transfer payments and provide management information to and from Members own customers through multiple established payment network providers and other payment solution providers.
In addition, the Supply Partner will supply and facilitate the provision of plastic electronic payment cards incorporating a magnetic stripe/barcode, and paper letters/bills with a printed barcode for and on behalf of NHC Members to their customers.
Supply partners should also have capacity to offer the above provisions in a digital format e.g. Applications for use on mobile telephone or tablet.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 10
Quality criterion - Name: Crisis Customer Service / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Coverage / Weighting: 3
Quality criterion - Name: Future Proofing / Weighting: 7
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transaction Values / Weighting: 15
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Stationery Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 10
Cost criterion - Name: Management Software Costs / Weighting: 10
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3954RUC887
II.2) Description (lot no. 2)
II.2.1) Title:Customer Payment Cards
Lot No:2
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: the Supplier will provide Customer Payment Card. Which are a plastic card, credit card shaped card, printed or embossed with the person’s name and a unique customer identification number. Generally, these cards are bespoke by payment scheme i.e. rent payments, council tax payments etc.
This can be used at participating kiosks e.g. supermarkets, local stores etc. or mobile or doorstep by an employee of the member organisation.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 10
Quality criterion - Name: Crisis Customer Service / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Coverage / Weighting: 3
Quality criterion - Name: Future Proofing / Weighting: 7
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transaction Values / Weighting: 15
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Stationery Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Barcodes
Lot No:3
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The Supplier will provide the member with a unique barcode, which is generated for any transaction to be able to trace a single payment. The barcode maybe issued to a customer on an invoice or letter requesting payment. The customer will make the payment at an acceptable pay point, where the barcode is scanned and the payment can then be tracked through the system.
Included in this lot are QR codes.
Barcodes and QR codes may be generated by digital means, on a mobile phone or tablet application.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 10
Quality criterion - Name: Crisis Customer Service / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Coverage / Weighting: 3
Quality criterion - Name: Future Proofing / Weighting: 7
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transaction Values / Weighting: 20
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Debit and Credit Card Payment
Lot No:4
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66151000 - Financial market operational services.
66150000 - Financial markets administration services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Suppliers on this lot will provide the member organisations with the ability to take payments from customers on their own debit or credit cards, in person or over the telephone. The payments should be identifiable and traceable.
Card Payments should also be able to be made utilising payment apps such as Apple Pay, Samsung Pay, Android Pay etc.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 15
Quality criterion - Name: Crisis Customer Service / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Future Proofing / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transcation Values / Weighting: 20
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Direct Debits
Lot No:5
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The supplier will enable members to set up and manage their customers direct debit transactions. They should be able to trace the payment status via the manage information system detailed in the general specification.
Direct debits can be requested online and via telephone (in line with PCI compliance) by customers, or members on behalf of customers.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Services / Weighting: 15
Quality criterion - Name: Crisis Customer Services / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Future Proofing / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transaction Values / Weighting: 20
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Online Payments
Lot No:6
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
66172000 - Financial transaction processing and clearing-house services.
66150000 - Financial markets administration services.
66151000 - Financial market operational services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Suppliers will provide the members with the ability to process payments online through their own website, application or payment portal. The website will need to be able to interface with the supply partners management information platform or portal, in order for payments to traced.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 15
Quality criterion - Name: Crisis Customer Service / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Future Proofing / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Transaction Costs / Weighting: 20
Cost criterion - Name: Other Costs / Weighting: 5
Cost criterion - Name: Training Costs / Weighting: 5
Cost criterion - Name: Ongoing Costs / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 7)
II.2.1) Title:Management Information System
Lot No:7
II.2.2) Additional CPV code(s):
66000000 - Financial and insurance services.
48000000 - Software package and information systems.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The supplier will provide the member with a standalone platform or portal to consolidate their various payment methods in one place.
The platform should be able to interface with other platform or management information systems, including those of other supply partners on other lots to ensure that the member organisation is able to consolidate all of their various payments in one place.
II.2.5) Award criteria:
Quality criterion - Name: Ongoing Customer Service / Weighting: 15
Quality criterion - Name: Crisis Customer Services / Weighting: 15
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Implementation and Integration / Weighting: 10
Quality criterion - Name: Future Proofing / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Terms and Conditions / Weighting: 5
Cost criterion - Name: Management Software Costs / Weighting: 20
Cost criterion - Name: Training Costs / Weighting: 20
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 61-141957
IV.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: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Fully Managed Service
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Kingdom
Tel. +44 1432852404, Email: ailsa.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 90,000,000
Total value of the contract/lot: 90,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Customer Payment Cards
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Kingdom
Tel. +44 1432852404, Email: ailsa.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Barcodes
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Kingdom
Tel. +44 1432852404, Email: ailsa.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 4
Title: Credit and Debit Cards
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Kingdom
Tel. +44 1432852404, Email: ailsa.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 5
Lot Number: 5
Title: Direct Debits
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Arab Emirates
Tel. +44 1432852404, Email: ails.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 6
Title: Online Payments
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Capita Business Services Limited
30 Berners Street, London, W1T 3LR, United Kingdom
Tel. +44 1432852404, Email: bidteam@capita.co.uk
Internet address: www.capita.co.uk
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 7
Lot Number: 7
Title: Management Information Platform
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
allpay Limited
Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone, Hereford, HR1 3SE, United Kingdom
Tel. +44 1432852404, Email: ailsa.tuck@allpay.net
Internet address: www.allpay.net
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The term of this framework is for 2 years (24 months), with the option to extend for a further 2 years (24 months). Note: Supply Agreements (Call-Off Contracts) may extend beyond the end of the Framework term. Following the UK’s exit from the EU, during the time-limited implementation period, EU law will continue to apply in the UK subject to the terms set out in the Withdrawal Agreement. The Framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/Member Organisations may choose to award contracts under one or a combination of lots to meet their requirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=416126551
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures
See VI.4.3
Sunderland, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 24/07/2019