Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Payment Acceptance 2

  • Cyhoeddwyd gyntaf: 09 Medi 2023
  • Wedi'i addasu ddiwethaf: 09 Medi 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03b0cb
Cyhoeddwyd gan:
The Minister for the Cabinet Office acting through Crown Commercial Service
ID Awudurdod:
AA77645
Dyddiad cyhoeddi:
09 Medi 2023
Dyddiad Cau:
09 Hydref 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3454102222

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/ccs

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://crowncommercialservice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://crowncommercialservice.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Payment Acceptance 2

Cyfeirnod: RM6325

II.1.2) Prif god CPV

66110000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Crown 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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 200 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 3

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Payment Acceptance Services

II.2.2) Cod(au) CPV ychwanegol

66110000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A 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.

Rhif y Lot 2

II.2.1) Teitl

Acquiring and Merchant Equipment Services

II.2.2) Cod(au) CPV ychwanegol

66110000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

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. 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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 175 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A 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.

Rhif y Lot 3

II.2.1) Teitl

Payment Consultancy

II.2.2) Cod(au) CPV ychwanegol

66171000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 25 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A 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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

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) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-006850

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 09/10/2023

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 09/10/2023

Amser lleol: 15:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

As 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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Minister for the Cabinet Office acting through Crown Commercial Service

Liverpool

L3 9PP

UK

Ffôn: +44 3454102222

E-bost: supplier@crowncommercial.gov.uk

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

08/09/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
66110000 Gwasanaethau bancio Gwasanaethau bancio a buddsoddi
66171000 Gwasanaethau ymgynghori ariannol Gwasanaethau ymgynghori ariannol, prosesu trafodion ariannol a thai clirio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
supplier@crowncommercial.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.