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

Electronic Payment Services Framework 2019-2023

  • First published: 29 July 2019
  • Last modified: 29 July 2019

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:
Published by:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
29 July 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Northern Housing Consortium Ltd

Loftus House, Colima Avenue, Sunderland Enterprise Park

Sunderland

SR5 3XB

UK

Contact person: Drew Frame

Telephone: +44 1915661000

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.consortiumprocurement.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Other: 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

II.1.2) Main CPV code

66000000

 

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

Value excluding VAT: 150 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Fully Managed Service

II.2.2) Additional CPV code(s)

66000000

66151000

66172000

66170000

66150000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 10

Quality criterion: Crisis customer service / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Coverage / Weighting: 3

Quality criterion: Future proofing / Weighting: 7

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction values / Weighting: 15

Cost criterion: Other costs / Weighting: 5

Cost criterion: Stationery costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 10

Cost criterion: 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

Lot No: 2

II.2.1) Title

Customer Payment Cards

II.2.2) Additional CPV code(s)

66000000

66172000

66170000

66150000

66151000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 10

Quality criterion: Crisis customer service / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Coverage / Weighting: 3

Quality criterion: Future proofing / Weighting: 7

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction values / Weighting: 15

Cost criterion: Other costs / Weighting: 5

Cost criterion: Stationery costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 5

Cost criterion: 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

Lot No: 3

II.2.1) Title

Barcodes

II.2.2) Additional CPV code(s)

66000000

66172000

66150000

66151000

66170000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 10

Quality criterion: Crisis customer service / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Coverage / Weighting: 3

Quality criterion: Future proofing / Weighting: 7

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction values / Weighting: 20

Cost criterion: Other costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 5

Cost criterion: 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

Lot No: 4

II.2.1) Title

Debit and Credit Card Payment

II.2.2) Additional CPV code(s)

66000000

66172000

66151000

66150000

66170000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 15

Quality criterion: Crisis customer service / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Future proofing / Weighting: 5

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction values / Weighting: 20

Cost criterion: Other costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 5

Cost criterion: 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

Lot No: 5

II.2.1) Title

Direct Debits

II.2.2) Additional CPV code(s)

66000000

66172000

66150000

66151000

66170000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer services / Weighting: 15

Quality criterion: Crisis customer services / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and Integration / Weighting: 10

Quality criterion: Future proofing / Weighting: 5

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction values / Weighting: 20

Cost criterion: Other costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 5

Cost criterion: 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

Lot No: 6

II.2.1) Title

Online Payments

II.2.2) Additional CPV code(s)

66000000

66172000

66150000

66151000

66170000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 15

Quality criterion: Crisis customer service / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Future proofing / Weighting: 5

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Transaction Costs / Weighting: 20

Cost criterion: Other costs / Weighting: 5

Cost criterion: Training costs / Weighting: 5

Cost criterion: Ongoing costs / Weighting: 5

Cost criterion: 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

Lot No: 7

II.2.1) Title

Management Information System

II.2.2) Additional CPV code(s)

66000000

48000000

II.2.3) Place of performance

NUTS code:

UK


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: Ongoing customer service / Weighting: 15

Quality criterion: Crisis customer services / Weighting: 15

Quality criterion: Business continuity / Weighting: 5

Quality criterion: Implementation and integration / Weighting: 10

Quality criterion: Future proofing / Weighting: 5

Quality criterion: Training / Weighting: 5

Quality criterion: Terms and conditions / Weighting: 5

Cost criterion: Management software costs / Weighting: 20

Cost criterion: 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2019/S 061-141957

Section V: Award of contract

Lot No: 1

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone

Hereford

HR1 3SE

UK

Telephone: +44 1432852404

E-mail: ailsa.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 90 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone

Hereford

HR1 3SE

UK

Telephone: +44 1432852404

E-mail: ailsa.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 12 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone

Hereford

HR1 3SE

UK

Telephone: +44 1432852404

E-mail: ailsa.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 5 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone

Hereford

HR1 3SE

UK

Telephone: +44 1432852404

E-mail: ailsa.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 12 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Whitestone Business Park, Whitestone

Hereford

HR1 3SE

AE

Telephone: +44 1432852404

E-mail: ails.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 12 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Capita Business Services Ltd

30 Berners Street

London

W1T 3LR

UK

Telephone: +44 1432852404

E-mail: bidteam@capita.co.uk

NUTS: UK

Internet address(es)

URL: www.capita.co.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:

Total value of the contract/lot: : 12 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 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

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Allpay Ltd

Fortis et Fides, Unit 12a Whitestone Business Park, Whitestone

Hereford

HR1 3SE

UK

Telephone: +44 1432852404

E-mail: ailsa.tuck@allpay.net

NUTS: UK

Internet address(es)

URL: www.allpay.net

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:

Total value of the contract/lot: : 5 000 000.00  GBP

V.2.5) Information about subcontracting

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

GO Reference: GO-2019724-PRO-15146903

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3

Sunderland

UK

VI.4.2) Body responsible for mediation procedures

See VI.4.3

Sunderland

UK

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 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 so as to permit proceedings to be started more than 3 months after that date.

VI.5) Date of dispatch of this notice

24/07/2019

Coding

Commodity categories

ID Title Parent category
66000000 Financial and insurance services Finance and Related Services
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
66151000 Financial market operational services Financial markets administration services
66150000 Financial markets administration services Banking and investment services
66172000 Financial transaction processing and clearing-house services Financial consultancy, financial transaction processing and clearing-house services
48000000 Software package and information systems Computer and Related 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:
tenders@consortiumprocurement.org.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.