Borough Council of King's Lynn & West Norfolk: Merchant Card Transaction Services

  Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Merchant Card Transaction Services
Notice type: Contract Notice
Authority: Borough Council of King's Lynn & West Norfolk
Nature of contract: Services
Procedure: Open
Short Description: The Borough Council of King's Lynn & West Norfolk is inviting tenders for Merchant Card transaction services. The tender is divided into two lots for transaction processing, and a separate lot for card terminal provision and support.
Published: 23/09/2022 11:11

View Full Notice

UK-King's Lynn: Financial transaction processing and clearing-house services.
Section I: Contracting Authority
      I.1) Name and addresses
             Borough Council of King's Lynn & West Norfolk, E07000146
             Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
             Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
             Main Address: https://www.west-norfolk.gov.uk, Address of the buyer profile: https://www.west-norfolk.gov.uk/info/20150/doing_business_with_us
             NUTS Code: UKH16
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Financial-transaction-processing-and-clearing-house-services./9Y7MEW2442
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Merchant Card Transaction Services       
      Reference Number: BCKLWN242
      II.1.2) Main CPV Code:
      66172000 - Financial transaction processing and clearing-house services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Borough Council of King's Lynn & West Norfolk is inviting tenders for Merchant Card transaction services. The tender is divided into two lots for transaction processing, and a separate lot for card terminal provision and support.       
      II.1.5) Estimated total value:
      Value excluding VAT: 515,000       
      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: Not provided
      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: Transaction Processing Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66172000 - Financial transaction processing and clearing-house services.
      
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: The Council seeks a provider of secure payment card acceptance and processing services to enable the processing of Visa and Mastercard card payments through face to face transactions, online payments and over the phone to collect payments.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Reporting and access to information / Weighting: 30
            Quality criterion - Name: Support / Account Management / Weighting: 10
            Quality criterion - Name: Proposed Implementation Programme / Weighting: 5
            Quality criterion - Name: Supplier's Terms & Conditions / Weighting: 5
                        
            Cost criterion - Name: Price / Weighting: 50
                              
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is likely to be re-tendered a few months prior to expiry.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract for transaction processing will be for a three year initial period, with provision for an extension of up to 2 further years
      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. 2
      
      II.2.1) Title: Supply of Card Payment Terminals & Support Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66172000 - Financial transaction processing and clearing-house services.
      
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: The Council intends to acquire its own terminals with a support contract to facilitate the collection of face to face and customer not present transaction payments for its leisure services and other offices as may be required.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Supply, and secure installation of devices / Weighting: 20
            Quality criterion - Name: Account relationship management / Weighting: 10
            Quality criterion - Name: Ongoing support services / Weighting: 10
            Quality criterion - Name: Supplier's Terms & Conditions / Weighting: 5
                        
            Cost criterion - Name: Purchase cost for each unit / Weighting: 35
            Cost criterion - Name: Annual maintenance cost per unit / Weighting: 15
            Cost criterion - Name: Annual cost of SIM Card and data processing / Weighting: 5
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The support and maintenance contract may be re-tendered a few months prior to expiry.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The support and maintenance contract may be extended, the length of which will be determined by the lifespan of the terminals.
      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 - NO    
         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: Yes       
   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: 31/10/2022 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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 31/10/2022
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: A few months prior to expiry of the contract(s).
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Financial-transaction-processing-and-clearing-house-services./9Y7MEW2442

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9Y7MEW2442
   VI.4) Procedures for review
   VI.4.1) Review body:
             Borough Council of King's Lynn & West Norfolk
       Kings Court, Chapel Street, Kings Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@West-Norfolk.gov.uk
       Internet address: https://www.west-norfolk.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   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: 23/09/2022

Annex A


View any Notice Addenda

View Award Notice

UK-King's Lynn: Financial transaction processing and clearing-house services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Borough Council of King's Lynn & West Norfolk, E07000146
       Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
       Main Address: https://www.west-norfolk.gov.uk, Address of the buyer profile: https://www.west-norfolk.gov.uk/info/20150/doing_business_with_us
       NUTS Code: UKH16

   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: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Merchant Card Transaction Services            
      Reference number: BCKLWN242

      II.1.2) Main CPV code:
         66172000 - Financial transaction processing and clearing-house services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Borough Council of King's Lynn & West Norfolk is inviting tenders for Merchant Card transaction services. The tender is divided into two lots for transaction processing, and a separate lot for card terminal provision and support.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
               
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 350,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Transaction Processing Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            66172000 - Financial transaction processing and clearing-house services.


      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: The Council seeks a provider of secure payment card acceptance and processing services to enable the processing of Visa and Mastercard card payments through face to face transactions, online payments and over the phone to collect payments.

      II.2.5) Award criteria:
      Quality criterion - Name: Reporting and access to information / Weighting: 30
      Quality criterion - Name: Support / Account Management / Weighting: 10
      Quality criterion - Name: Proposed Implementation Programme / Weighting: 5
      Quality criterion - Name: Supplier's Terms & Conditions / Weighting: 5
                  
      Cost criterion - Name: Price / Weighting: 50
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract for transaction processing will be for a three year initial period, with provision for an extension of up to 2 further years

      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. 2)
   

      II.2.1) Title:Supply of Card Payment Terminals & Support Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            66172000 - Financial transaction processing and clearing-house services.


      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: The Council intends to acquire its own terminals with a support contract to facilitate the collection of face to face and customer not present transaction payments for its leisure services and other offices as may be required.

      II.2.5) Award criteria:
      Quality criterion - Name: Supply, and secure installation of devices / Weighting: 20
      Quality criterion - Name: Account relationship management / Weighting: 10
      Quality criterion - Name: Ongoing support services / Weighting: 10
      Quality criterion - Name: Supplier's Terms & Conditions / Weighting: 5
                  
      Cost criterion - Name: Purchase cost for each unit / Weighting: 35
      Cost criterion - Name: Annual maintenance cost per unit / Weighting: 15
      Cost criterion - Name: Annual cost of SIM Card and data processing / Weighting: 5
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The support and maintenance contract may be extended, the length of which will be determined by the lifespan of the terminals.

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-026673
      
   

   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: BCKLWN242    
   Lot Number: 1    
   Title: Transaction Processing Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Lloyds Bank plc t/as Lloyds Bank Cardnet, 00002065
             25 Gresham Street, London, EC2V 7HN, United Kingdom
             Tel. +44 7880137802, Email: dave.morgan@lloydsbanking.com
             Internet address: https://www.lloydsbank.com/business/take-payments-with-cardnet.html
             NUTS Code: UKI
            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: 500,000          
         Total value of the contract/lot: 350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Supply of card transaction terminals

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=773607130

   VI.4) Procedures for review

      VI.4.1) Review body
          Borough Council of King's Lynn & West Norfolk
          Kings Court, Chapel Street, Kings Lynn, PE30 1EX, United Kingdom
          Tel. +44 1553616200, Email: procurementtenders@West-Norfolk.gov.uk
          Internet address: https://www.west-norfolk.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/04/2023