POST OFFICE LTD has floated a tender for Contract notice: Office and computing machinery, equipment and supplies except furniture and software packages. The project location is United Kingdom and the tender is closing on 11 Mar 2019. The tender notice number is 060289-2019, while the TOT Ref Number is 30464089. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Office and computing machinery, equipment and supplies except furniture and software packages

Deadline : 11 Mar 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 30464089

Document Ref. No. : 060289-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : POST OFFICE LTD
Office Name: Post Office Ltd
Address: Finsbury Dials, 20 Finsbury St
Town: London
Postal Code: EC2Y 9AQ
Contact Point: Wendy Luczywo

Phone: +44 7580593546
United Kingdom
Email :wendy.luczywo@postoffice.co.uk
URL :http://www.postoffice.co.uk

Tender Details

Object of the contract
Office and computing machinery, equipment and supplies except furniture and software packages

Description: Contract notice: Office and computing machinery, equipment and supplies except furniture and software packages

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Competitive dialogue
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 30000000, 32400000, 32500000, 48100000, 48170000, 48200000, 48217000, 48219000, 48620000, 48710000, 48730000, 48731000, 48732000, 48760000, 48761000, 50330000, 50331000, 66152000, 66180000, 72000000, 72900000, 30000000, 32400000, 32500000, 48100000, 48170000, 48200000, 48217000, 48219000, 48620000, 48710000, 48730000, 48731000, 48732000, 48760000, 48761000, 50330000, 50331000, 66152000, 66180000, 72000000, 72900000, 32000000, 48211000, 48213000, 48214000, 48780000, 48781000, 48782000, 48783000, 48790000, 50000000, 50320000, 50700000, 51000000, 51300000, 51340000, 51600000, 51610000, 66000000, 66170000, 66171000, 66600000, 72200000, 72500000, 72600000, 72700000, 72800000, 79990000, 30123200, 30200000, 30210000, 35120000, 35121000, 35125000, 30123600, 30123610, 30123620, 30123630, 30180000, 66112000, 35000000, 72100000
CPV Description: Office and computing machinery, equipment and supplies except furniture and software packages.

Networks.

Telecommunications equipment and supplies.

Industry specific software package.

Compliance software package.

Networking, Internet and intranet software package.

Transaction-processing software package.

Miscellaneous networking software package.

Operating systems.

Backup or recovery software package.

Security software package.

File security software package.

Data security software package.

Virus protection software package.

Anti-virus software package.

Maintenance services of telecommunications equipment.

Repair and maintenance services of telecommunications lines.

Financial market regulatory services.

Foreign exchange services.

IT services: consulting, software development, Internet and support.

Computer back-up and catalogue conversion services.

Radio, television, communication, telecommunication and related equipment.

Platform interconnectivity software package.

Operating system enhancement software package.

Network operating system software package.

System, storage and content management software package.

System management software package.

Storage management software package.

Content management software package.

Version checker software package.

Repair and maintenance services.

Repair and maintenance services of personal computers.

Repair and maintenance services of building installations.

Installation services (except software).

Installation services of communications equipment.

Installation services of line telephony equipment.

Installation services of computers and office equipment.

Installation services of computers and information-processing equipment.

Financial and insurance services.

Financial consultancy, financial transaction processing and clearing-house services.

Financial consultancy services.

Treasury services.

Software programming and consultancy services.

Computer-related services.

Computer support and consultancy services.

Computer network services.

Computer audit and testing services.

Miscellaneous business-related services.

Automatic cash dispensers.

Computer equipment and supplies.

Data-processing machines (hardware).

Surveillance and security systems and devices.

Security equipment.

Surveillance system.

Coin-handling machines.

Coin-sorting machines.

Coin-counting machines.

Coin-wrapping machines.

Check endorsing and writing machines.

Deposit services.

Security, fire-fighting, police and defence equipment.

Hardware consultancy services.

Post Office Banking Automation

Reference Number : Bravo Project 383

This procurement is for the provision of transaction processing, managed services and hardware for the automation of a proportion of 11 500 Post Office branches. Solutions will depend upon the demands of each branch and a number of demographics such as geographic location and cash in/outflow.

Main Site : UK

The procurement will primarily deliver device driving and transaction switching and routing services that are compliant with all relevant schemes concerned with the processing of financial transactions at devices installed in POL branches throughout the UK and NI. Additionally, the procurement will include scheme membership to include certified service bureau facilities with Link. The service will be capable of providing switching and routing services to other schemes and financial institutions via various mechanisms, including but not limited to Visa and Mastercard. The services must be fully compliant with the relevant scheme rules and regulations and the supplier must provide regular reporting against the relevant scheme rules to attest to compliance and provide supporting MI as and when required. The services must include secure and encrypted telecomms services between the supplier's systems and the relevant automated device to meet the standards laid down by the relevant Scheme. The services must be highly resilient to at least 99, 999 % (this will form part of the contract negotiation), with critical functions being supported by active/active or hot standby services to enable continuity of service in the event of a DR event. The services must be secure and provide a multi layered approach to security and fraud ensuring that monitoring is undertaken for fraudulent activity and cyber related crime. All suspicious fraud and IT security incidents must be monitored, identified and managed through to a satisfactory resolution. The services must enable the efficient delivery of change and ensure that all mandatory change is implemented within scheme requirements and at no cost to POL and that POL receives financial benefit from change that is beneficial to multiple customers of the service provider i.e. shared/pro rata costs. The suppliers must demonstrate the ability to deliver innovation both in terms of service delivery and development and costs management. The service shall be capable of delivering all current and future mandatory services as defined by the relevant schemes, including but not limited to withdrawals, balance enquiries, printed receipts, PIN management services (PIN unlock and PIN change), DCC, mobile phone top ups and charity giving services together with any future services. Additionally the service shall be capable of supporting current and future POL defined solutions including but not limited to support for the Post Office Card Account (POCA) or any other POL derived card based account, digital applications, mobile/smart phone applications, bitcoin, coin, cash and cheque deposit including mixed media, bill payment services and value added services for example text to speech through a culture of innovation and continuous improvement. The service must be capable of providing a disputes/chargebacks resolution service or data to aid the provision of these services to POL's chosen third party supplier for Lot 2 (Managed Services) for failed customer transactions and partial transactions. The services must be delivered in such a way to meet service levels defined by POL and the relevant scheme(s) through which the disputes originated. The service must be capable of providing MI to aid the balancing and reconciliation of automated transactions including but not limited to cash and coin withdrawals and cash, coin and cheque deposit. This service may be delivered via a managed service or through the provision of the required data to POL or POL's nominated third party via a real time web portal to enable them to deliver the service. The data must be fit for purpose to enable the resolution of balancing differences that result in either shortages or overages at an automated device and delivered to defined SLAs. The system must be capable of providing consistent functionality and look and feel as far as practicable across all devices. The service must include regular performance reporting daily, weekly and monthly.

The solution(s) must be scheme compliant including but not limited to Link, Visa and MasterCard and any other scheme that governs the operation of ATMs and other self-service technology that dispenses cash, enables cash deposits and other financial transactions and financial services.

The solution must be compliance with PCI DSS standards

The solution must comply with all relevant Government and regulatory legislation including but not limited to the Bank of England and the FCA.

Respondents must demonstrate their ability to deliver a solution that meets current standards and that is future proofed to meet changing market needs and regulatory requirements.

Please refer to procurement documentation.


Internet address (URL): http://www.postoffice.co.uk

Documents

 Tender Notice