Oyster Online Payment Gateway.
Contract notice - utilities
Services
Section I: Contracting entity
Transport for London (Information and Communications Technology)
Windsor House 42-50 Victoria St.
Contact point(s): Commercial Information and Communications Technology
For the attention of: Chander Vasdev
SW1H 0TL London
UNITED KINGDOM
E-mail: [email protected]
Internet address(es):
General address of the contracting entity: www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk/epps/
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Other: Public Transport
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UKI
72000000, 72600000
The service is primarily required for TfL's Oyster Online website; however it may be utilised by other TfL websites in the future, as and when necessary.
Oyster is used as one of the means to pay for travel around London. It is a smartcard which can hold pay as you go credit, travelcards and Bus Tram season tickets. The service should enable customers to purchase and manage their Oyster cards on the Oyster Online website 24 hours a day, 365 days per year, including the following options:
- Check their Oyster card balance;
- Top up their pay as you go credit and add or renew travel cards and other season tickets;
- Set up Auto top-up (recurring payments based on pre-agreed arrangements)
- Protect their Oyster card in case of lost or stolen;
- See their Oyster journey history;
- Apply for a refund for incomplete journeys or service disruptions.
TfL requires a payment gateway that can be integrated in to the Oyster Online platform in a secure way to ensure the above services are provided to Oyster Online customers uninterrupted.
The payment gateway should follow industry best practices (e.g. REST/SOAP over HTTPs) and must comply fully with PCI-DSS. The service must also offer PAN tokenisation, including the option to bulk import (and retrieve) card numbers from (and to) a secure store.
To assure our transactions and its associated fraud risks, TfL will also require a fraud management tool as part of the payment gateway service, which will help efficiently mitigate these risks. The tool should enable bespoke rules to be built and applied to transactions in real time.
TfL is seeking the successful service provider to be able to provide monitoring tools and capabilities to ensure that the service can be measured by TfL and any disruptions to the service can be appropriately handled. In addition, the system should be able to facilitate chargeback processing, and output customised reports according to bespoke requirements.
The initial contract term is expected to be 36 months with the potential (at the discretion of TfL) for:-
i) extension up to further 24 months; and/or
ii) an additional period (at this stage not expected to exceed 6 months) during which some or all of the services may continue to be provided to the extent required to facilitate an effective hand back of the services to TfL or a successor provider.
Estimated value excluding VAT
Range: between 1 500 000 and 2 500 000 GBP
Description of these options: The initial contract term is expected to be 36 months with the potential (at the discretion of TfL) for:-
i) extension up to further 24 months; and/or
ii) an additional period (at this stage not expected to exceed 6 months) during which some or all of the services may continue to be provided to the extent required to facilitate an effective hand back of the services to TfL or a successor provider.
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be advised in the Invitation to Tender.
Information and formalities necessary for evaluating if the requirements are met: To express an interest in this Invitation to Tender (ITT), the company needs to be registered on the TfL e-tendering portal. To register or to check if you are already registered log on to https://tfl.gov.uk/eprocurement
It is important that suppliers read the instructions carefully on the home page before proceeding with a registration. To be considered for this opportunity the company must first complete the PQQ (eligibility criteria) condition of participation. A supplier guidance document is attached within the ‘opportunity documents’ section, this will give instructions to facilitate the submission. If you require any further assistance please consult the online help, contact the e-tendering help desk or send a message to the contracting authority via the clarifications area on the e-tendering portal.Interested parties should note that they will be additionally required to supply copies of at least 3 years of their audited accounts. The services of an independent third party financial assessment agency will also be used.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Section VI: Complementary information
TfL is a complex organisation operating both as a Functional Body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. The services supplies or works may be provided to TfL and/or its subsidiaries and/or the GLA or any other authority that is subject to the requirements of either EU directive 2004/17/EC or 2004/18/EC.
Organisations wishing to be considered for appointment as software provider should submit a Prequalification Submission as stipulated in the Prequalification Document, in compliance with its requirements, by the time limit stated. A maximum of 5 tenderers who meet the qualifying criteria will be invited to tender.
It should be noted that where migration of data and system integration is required, TfL's internal cost is estimated to be around £200k and this will be taken account of in the tender evaluation. Bidders are encouraged to make suggestions as to how this cost could be reduced.
It is anticipated that a contract(s) will be awarded by TfL. The Awarding Authority reserves the right to withdraw from the procurement process and may award a contract(s) in whole, in part, or not at all as a result of the competition called for by this notice and the Awarding Authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in sterling. TfL and/or any subsidiary of TfL or the GLA may interview any or all companies who express an interest for tendering for this work. If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the Internet.
TfL strongly supports and implements the Greater London Authority Group Responsible Procurement Policy. Details about the policy can be found on www.london.gov.uk/rp
Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents.Data Transparency: The UK government promotes its commitment to greater data transparency. Accordingly TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In so doing TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
If an appeal regarding the award of a contract has not been successfully resolved the (Utilities Contracts Regulations 2006) 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.