Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Payment Acceptance 2

  • First published: 19 January 2024
  • Last modified: 19 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b0cb
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
19 January 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 Payment Acceptance Services allows 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).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

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 procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Payment Acceptance 2

Reference number: RM6325

II.1.2) Main CPV code

66110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service, as the Authority, has put in to place an agreement for the provision of Payment Acceptance Services for use by Central Government and UK public sector bodies. This Framework replaced RM6118 Payment Acceptance.

This Framework consisted of 3 lots:

Lot 1 Payment Acceptance Services

Lot 2 Acquiring and Merchant Equipment Services

Lot 3 Payment Consultancy

The Framework has been established for 48 months.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 200 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Payment Acceptance Services

II.2.2) Additional CPV code(s)

66110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 Payment Acceptance Services allows 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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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

A framework contract has been awarded to 4 bidders for Lot 1

Lot No: 2

II.2.1) Title

Acquiring and Merchant Equipment Services

II.2.2) Additional CPV code(s)

66110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 Acquiring and Merchant Equipment Services allows Customers to accept payment (and settlement of funds) through face to face or unattended POS terminals like car parking machines.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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

A framework contract has been awarded to 4 bidders for Lot 2.

Lot No: 3

II.2.1) Title

Payment Consultancy

II.2.2) Additional CPV code(s)

66171000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 Payment Consultancy allows for strategic advice to define payment acceptance and payment issuance requirements.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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

A framework contract has been awarded to 3 bidders for Lot 3.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 procedure

Notice number in the OJ S:

2023/S 000-026668

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

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/12/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2664db21-c24c-4a15-b44d-4594adb5ab38

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

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

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

17/01/2024

Coding

Commodity categories

ID Title Parent category
66110000 Banking services Banking and investment services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.