Electronic Payment Services – Request for Quotation
7 Lots. 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.
United Kingdom-Sunderland: Financial and insurance services
2019/S 061-141957
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Loftus House Colima avenue Sunderland Enterprise Park
Sunderland
SR5 3XB
United Kingdom
Contact person: Drew Frame
Telephone: +44 1915661000
E-mail: tenders@consortiumprocurement.org.uk
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Electronic Payment Services Framework 2019-2023
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
Fully Managed Service
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3954RUC887
II.2.1)Title:
Customer Payment Cards
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Barcodes
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Debit and Credit Card Payment
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Direct Debits
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Online Payments
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Management Information System
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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. GO Reference: GO-2019325-PRO-14570697
VI.4.1)Review body
Sunderland
United Kingdom
VI.4.2)Body responsible for mediation procedures
Sunderland
United Kingdom
VI.4.3)Review procedure
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not to permit proceedings to be started more than 3 months after that date.
VI.5)Date of dispatch of this notice: