Payment Acceptance 2 (Ангилья - Тендер #45941288) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 45941288 Дата публикации: 09-09-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitlePayment Acceptance 2
Reference number: RM6325
II.1.2) Main CPV code66110000
II.1.3) Type of contractServices
II.1.4) Short descriptionCrown 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.
II.1.5) Estimated total valueValue excluding VAT: 1 200 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) DescriptionLot No: 1
II.2.1) TitlePayment Acceptance Services
II.2.2) Additional CPV code(s)66110000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 60
Price / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 1 000 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationA framework contract will be awarded to a maximum of 10 bidders for Lot 1. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
Lot No: 2
II.2.1) TitleAcquiring and Merchant Equipment Services
II.2.2) Additional CPV code(s)66110000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 60
Price / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 175 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationA framework contract will be awarded to a maximum of 10 bidders for Lot 2. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
Lot No: 3
II.2.1) TitlePayment Consultancy
II.2.2) Additional CPV code(s)66171000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLot 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 60
Price / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 25 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationA framework contract will be awarded to a maximum of 10 bidders for Lot 3. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.
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 registersList and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about 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 procedureNotice number in the OJ S:
2023/S 000-006850
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 09/10/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 09/10/2023
Local time: 15:01
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationAs part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a5c0ff45-1e9f-4815-948f-53e0a8b77915
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.
VI.4) Procedures for review VI.4.1) Review bodyThe Minister for the Cabinet Office acting through Crown Commercial Service
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice08/09/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | supplier@crowncommercial.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 66110000 | Banking services | Banking and investment services |
| 66171000 | Financial consultancy services | Financial consultancy, financial transaction processing and clearing-house services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |