• No results found

City and County of San Francisco Office of the Treasurer-Tax Collector ( TTX )

N/A
N/A
Protected

Academic year: 2021

Share "City and County of San Francisco Office of the Treasurer-Tax Collector ( TTX )"

Copied!
9
0
0

Loading.... (view fulltext now)

Full text

(1)

City and County of San Francisco

Office of the Treasurer

REQUEST FOR

Payment Gateway Services

CONTACT: Ricardo S. Cordero

Intent of this Request for Proposals (RFP)

The City & County of San Francisco (“the City”) seeks proposals from firms demonstrating successful

experience providing payment gateway services. Respondents must have experience delivering PCI compliant, high-volume gateway payment services as described later in this document.

These services will be used to assist City departments and agencies with Online acceptance through the Web or Interactive Recognition (“IVR”), Customer Service Representative interface (“CSR”), and P

Machines. In addition, certain City departments engaged in unique service and payment processing may utilize the services of the selected vendor for customization services. The Office of the Treasurer and Tax Collector (“TTX”) leads this RFP and intends to identify the most responsive and qualified

Respondent(s) to negotiate contract(s)

described within this RFP. Respondents are not guaranteed a contract.

Schedule*

Issuance of the RFP

Deadline for RFP Questions Publication of RFP Answers Deadline for Submission of RFP Responses

Vendor Presentation Contract Award Intent Notification

*Dates are subject to change.

02-04-2016 02-12-2016 02-19-2016 02-26-2016 03-21-16 to April 2016

City and County of San Francisco

Treasurer-Tax Collector (“TTX”)

REQUEST FOR PROPOSALS FOR

Payment Gateway Services

RFP#TTX2016-02

Ricardo S. Cordero, ttx.rfp@sfgov.org, 415-554-4509

Intent of this Request for Proposals (RFP)

The City & County of San Francisco (“the City”) seeks proposals from firms demonstrating successful

experience providing payment gateway services. Respondents must have experience delivering PCI

volume gateway payment services as These services will be used to assist City

Online payment nteractive Voice ervice

Physical In addition, certain City departments engaged in unique service and payment processing may utilize the services of the selected vendor for

The Office of the Treasurer and Tax Collector (“TTX”) leads this RFP and intends

the most responsive and qualified for services described within this RFP. Respondents are not

Anticipated Contract Term

The anticipated contract term will be September 30, 2021, with two additional 2 options to extend the term of

additional years at the sole and absolute discretion of the City. The actual contract term may vary depending upon service and project needs at the City’s sole, absolute discretion.

Respondent(s) must be available to commence work on or before July 1, 2016.

Subcontracting Requirement The Local Business Enterprise ( consulting goal for this Request

and resulting contract(s) is waived. However, the City strongly encourages responses from qualified LBEs. Pursuant to Admin Code Chapter 14B, rating bonuses will be in effect for Respondent

certified as a Small- or

Micro-2016 2016 (5pm PT) 2016 (5pm PT) 2016 (12 noon) 16 to 03-22-16 April 2016

RFP Questions and Communications

To ensure fair and equal access to information about this RFP, e-mail your questions to

Questions must be in writing and received by the Deadline for RFP Questions.

accepted after this time with the exception of City vendor requirement questions.

A summary of the questions and answers pertaining to this solicitation will be e-mailed to

Respondents by the RFP Answers and posted on the following websites:

• www.sftreasurer.org/RFP

• http://mission.sfgov.org/OCABidPublication

4509

he anticipated contract term will be July 1, 2016 – with two additional 2-year

the agreement for 4 additional years at the sole and absolute discretion

. The actual contract term may vary depending upon service and project needs at the

retion. Selected

must be available to commence work

Subcontracting Requirement

The Local Business Enterprise (“LBE”)

sub-Request for Proposal (“RFP”) waived. However, the encourages responses from qualified LBEs. Pursuant to Admin Code Chapter 14B, rating

Respondents who are -LBE.

Questions and Communications

To ensure fair and equal access to information about mail your questions to ttx.rfp@sfgov.org. Questions must be in writing and received by the

No questions will be accepted after this time with the exception of City vendor requirement questions.

A summary of the questions and answers pertaining mailed to qualified Answers publication date and posted on the following websites:

www.sftreasurer.org/RFP

(2)

1. Introduction

1.1 General terms used in this RFP.

“Respondent” refers to an entity submitting a proposal to this Request for Proposals (“RFP”) who was deemed qualified on September 18, 2015, for the RFQ solicited for Payment Gateway Services. “Contractor” refers to the Respondent(s) awarded a contract for services under this RFP. The phrase “WEB/TEL automated clearinghouse transactions” actually refers to two types of NACHA regulated transactions. “WEB” refers to Standard Entry Class Code Entries that are automated clearinghouse debit transactions ordered and authorized online via a web interface. “TEL” refers to TEL Standard Entry Class Code Entries that are automated clearinghouse debit transactions ordered and authorized via a telephone interface that can be operator assisted or by interactive voice recognition. “Kiosks” refer to Physical Machines as described in Attachment III, Section B(2)(D).

1.2 Background of City and County of San Francisco

San Francisco is the fourth largest city in California and serves as a center for business, commerce and culture for the West Coast. The City was established by City Charter in 1850. It is a legal subdivision of the State of California with the governmental powers of both a city and a county under California law. The City’s powers are exercised through a Board of Supervisors serving as the legislative authority, and a Mayor and other independent elected officials serving as the executive authority.

The services provided by the City include public protection, public transportation, construction and maintenance of all public facilities, water, parks, public health systems, social services, planning, tax collection, and many others.

What are the City’s General Statistics?

FY14/15 size of operating budget Approx. $8.2 billion FY14/15 size of capital budget Approx. $1 billion FY14/15 number of budgeted FTEs Approx. 32,000

Roles and Responsibilities of the City’s Office of the Treasurer-Tax Collector

The Office of the Treasurer & Tax Collector (“TTX”) leads this RFP and is the primary fiduciary and contractor for bank and non-bank financial service agreements. All City bank accounts are opened and overseen by TTX and TTX will be the Contractor’s primary or secondary point of contact during the term of all agreements (“Agreement”) resulting from this RFP. TTX, in coordination with the Office of the Controller, establishes and publishes Citywide banking, cash management and payments policies.

TTX oversees and manages balance levels at City operating banks, invests excess cash, and acquires cash management and payment services on behalf of other City departments.

To read more about the functions and duties of the TTX, please refer to the following link: http://www.sftreasurer.org/.

(3)

1.3 Statement of Need and Intent

What Does the City Seek? Proposals for payment gateway services from among those Respondents that were qualified at the conclusion of the RFQ process on September 18, 2015, to support the Service Areas associated with the chart below:

NUMBER SERVICE AREA

1 Debit/Credit Card and E-Check payment acceptance at an Online customer interface

2 Debit/Credit Card and E-Check payment acceptance at an Interactive Voice Recognition customer interface

3 Debit/Credit Card and E-Check payment acceptance at a Customer Service Representative interface

4 Debit/Credit Card payment acceptance for in-person transactions through Physical Machines: for example, point of sale devices (with pin pads where appropriate), kiosks and parking meters

With Whom Will Contractors Work? Contractors will work with TTX and staff from other City departments.

What is the City’s Intent with this RFP? The City seeks a vendor that can provide gateway services to primarily support TTX payment needs. However, TTX also wishes Respondents to provide gateway services for other City departments that have payment categories relating to:

a. Bills b. Fees c. Fines d. Permits e. Reservations

f. Insurance premiums (such as monthly health, dental, vision) g. Donations

h. Garnishments i. Recurring payments

(4)

Below is a brief description of TTX payment categories and other departments’ payment activities. Less volume intensive departments may also engage with the same vendor to process various fees. The number of transactions and City departments that offer payor-not-present payments are expected to increase. Also, please note that TTX had 73,965 eChecks processed during the last fiscal year, FY14-15.

FY 14-15 ANNUAL TRANSACTION VOLUME PAYMENT CATEGORY PAYMENT FREQUENCY DAILY FILE TRANSMISSIONS TO CITY ONLINE IVR CSR

Delinquent Revenue On Demand 9 3,400 300 NA

Property Taxes Semi-Annual/

Some Monthly

15 58,600 1,820 NA

Business License Annual 3 1,280 - NA

Business Taxes Quarterly, Monthly 3 67,550 - NA

SUBTOTAL (TTX ONLY) 130,830 2,120 NA

Other Fees On Demand 3 113, 241 - NA

GRAND TOTAL 244,071 2,120

2. Scope of Work

This RFP’s Scope of Work consists only of payment gateway services. The actual processing of credit/debit card and origination of WEB/TEL automated clearinghouse transactions is out of scope for this RFP since the City already has contracts for processing such services.

The Respondent(s) selected through this procurement process is/are expected to work cooperatively with the City’s current payor-not-present payment processor (First Data Merchant Services) and/or payor-present payment processor (Bank of America Merchant Services). Both of the aforementioned card processors are compliant with Payment Card Industry Data Security Standards (“PCI-DSS”) and accept payment instructions from the City’s gateway providers or other processors as the City designates. The Respondent(s) selected through this procurement process are expected to direct all WEB/TEL automated clearinghouse transaction instructions to the City’s originating depository financial institution (“ODFI”), Bank of America.

Each Respondent should demonstrate its capabilities by providing full and complete responses to questions in Attachment III. The City will negotiate the specific scope of services, budget, deliverables, and timeline with the highest-scoring Respondent selected for contract negotiations. There is no guarantee of a minimum amount of work or compensation for any Respondent(s) selected for contract negotiations.

(5)

3. Response Requirements

3.1 Time and Place for Submission of Responses

Responses and all related materials must be received by 12:00noon PT on Friday, February 26, 2016. Responses may be delivered to the Reception Desk at City Hall, Room 140 or to:

Ricardo S. Cordero

Banking Services and Treasury Accounting Office of the Treasurer and Tax Collector City and County of San Francisco

City Hall, Room 140

1 Dr. Carlton B. Goodlett Place San Francisco, CA 94103-4638

Postmarks will not be considered in judging the timeliness of submissions. Responses submitted by e-mail will not be accepted. Late submissions will not be considered, including those submitted late due to mail or delivery service failure. Note that Respondents hand-delivering responses to City Hall may be required to open and make packages accessible for examination by security staff.

3.2 Response Package

The following items must be included in each Respondent’s response and packaged in a box or envelope clearly marked RFP#TTX2015-12 Payment Gateway Services RFP.

Complete and concise responses are recommended to ensure ease of review by the Evaluation Team. Responses should provide a straightforward, concise description of the Respondent’s capabilities to satisfy the requirements of the RFP. Marketing and sales type information should be excluded. All parts, pages, figures, and tables should be numbered and clearly labeled.

A. One (1) flash disk or CD-ROM containing the entire contents of the Respondent’s response, including all RFP Attachments. All files should be submitted in unprotected PDF or Word format. Electronic files should include signatures, where applicable. RFP attachments include:

RFP Attachment I Acknowledgement of RFP Terms and Conditions

RFP Attachment II City’s Agreement Terms and Conditions

RFP Attachment III Response Template

RFP Attachment IV Pricing Worksheet

RFP Attachment V Professional Service Fees Estimate and Implementation Plan

B. Five (5) complete printed copies of RFP Attachment III, IV & V and One (1) electronic copy provided by CD-ROM or USB Flash Drive. The pages may be bound

(6)

requirements.

C. One (1) flash disk or CD-ROM containing the last three (3) years of audited financial statements or a URL link to them

4. Evaluation Criteria

This section describes the guidelines used for analyzing and evaluating the proposals. The City intends to select Respondent(s) for contract negotiations that provide the best overall service package to the City inclusive of fee considerations. Respondents selected for contract negotiations are not guaranteed a contract. This RFP does not in any way limit the City’s right to solicit contracts for similar or identical services if, in the City’s sole and absolute discretion, it determines the proposals are inadequate to satisfy its needs.

4.1 Eligibility

This solicitation is only open to those firms who have met the City’s minimum qualifications for this service based on their responses to the RFQ concluded on September 18, 2015.

4.2 Evaluation Criteria for (100 points)

Evaluation Team: City representatives will serve on an Evaluation Team responsible for evaluating Respondent proposals. Specifically, the team will be responsible for evaluating and rating responses, conducting reference checks, and attending vendor presentations, if desired by the City.

4.2.1 Qualifications – 30 points

a) Respondent’s history, experience and organizational ability to support City departments.

b) Respondent’s plan to support implementation, relationship management and customer service.

c) Respondent provides (3) years’ Annual Reports to Shareholders or financial statements certified by a public accountant as prescribed in the RFQ.

4.2.2 Completeness of Response Submission – 10 points

a) Response conforms with RFP requirements and concisely but comprehensively addresses RFP requirements.

b) Response is professionally presented and contains organized content and format.

4.2.3 Approach and Value of Responses to Qualification Questions – 40 points a) Respondent provides full, understandable and appropriate answers to relevant

questions.

b) Respondent provides creative and forward-looking answers to relevant questions.

c) Expectations of client involvement or levels of effort are appropriate, and answers demonstrate experience providing services to comparable clients.

(7)

d) Sufficient expertise and methods to create competitive differences beneficial to the City are demonstrated.

4.2.4 Cost – 20 points

a) Cost response is sufficiently detailed, reasonable and appropriate. 4.3 Contractor Selection Processes

4.3.1 Vendor presentations

Following the Proposal Evaluation process, the highest scoring Respondents may be invited to vendor presentations before the Evaluation Team. In order to be eligible for an interview, Respondents must score at or above 70 points out of 100 points for their written proposals.

Vendor presentations, if pursued by the City, will consist of standard questions asked of selected Respondents, and specific questions regarding individual proposals. Vendor presentations will be worth 100 points. The lead staff members assigned to the project should be present for the interview, as well as the lead staff of subcontracting partner(s), including Local Business Enterprise firms.

4.3.2 Reference Checks

Reference checks, including but not limited to, communications with other clients as indicated in Attachment III Prior Project Description(s) may be used to determine the applicability of Respondent experience and capacity to meet the City’s required services. References will also be used to judge the quality of services and staffing provided to other clients, as well as adherence to schedules/budgets and Respondent’s problem-solving, project management and communication abilities, as well as performance on deliverables and outcomes, and effectiveness in meeting or exceeding project objectives.

4.3.3 Other Terms and Conditions

The selection of any Respondent for contract negotiations shall not imply acceptance by the City of all terms of the response, which may be subject to further negotiation and approvals before the City may be legally bound thereby.

If a satisfactory contract cannot be negotiated in a reasonable time with any qualified Respondent, then the City, in its sole discretion, may terminate negotiations and begin contract negotiations with any other remaining qualified Respondents.

The City, in its sole discretion, has the right to approve or disapprove any staff person assigned to a Respondent’s projects before and throughout the contract term. The City reserves the right at any time to approve, disapprove, or modify proposed project plans, timelines and deliverables.

(8)

5. Protest Procedures

5.1 Protest of Non-Responsiveness Determination

Within five (5) working days of the City's issuance of a notice of non-responsiveness, any Respondent that has submitted a response and believes that the City has incorrectly determined that its response is non-responsive may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth (5th) working day following the City's issuance of the notice of non-responsiveness. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the Respondent, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest.

5.2 Protest of Contract Award

Within five (5) working days of the City's issuance of a notice of award under this RFP, any Respondent that has submitted a responsive response and believes that the City has incorrectly selected another Respondent for award may submit a written notice of protest by mail or e-mail (fax is not acceptable). Such notice of protest must be received by the City on or before the fifth (5th) working day after the City's issuance of the notice of intent to award a contract.

The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the Respondent, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest.

5.3 Delivery of Protests

All protests must be received by the specified date and time deadline. If a protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein. Protests should be transmitted by a means that will objectively establish the date the City received the protest. Protests or notice of protests made orally (e.g., by telephone) or by fax will not be considered. Protests must be delivered to:

E-mail: TTX.RFP@sfgov.org

Mail: Payment Gateway Services RFP ATTN: Ricardo Cordero

Office of the Treasurer & Tax Collector City & County of San Francisco

City Hall - Room 140

1 Dr. Carlton B. Goodlett Place San Francisco, CA 94102

(9)

5.4 Protest Review

TTX will confirm receipt of notice of protest by Respondent.

If a Respondent submits a complete and timely protest, TTX will review the notice of protest soon after receipt of the protest to determine the validity of the notice, including, but not limited to: (a) receipt by the due date; (b) inclusion of a written statement specifying in detail each and every one of the grounds asserted for the protest; (c) whether it is signed by an individual authorized to represent the Respondent; (d) citation of the law, rule, local ordinance, procedure or RFP provision on which the protest is based; and (e) specification of facts and evidence sufficient for the City to determine the validity of the protest. The City, at its sole discretion, may make a determination regarding a protest without requesting further documents or information from the Respondent who submitted the protest. Accordingly, the initial protest must include all grounds of protest and all supporting documentation or evidence reasonably available to the prospective Respondent at the time the protest is submitted. If the Respondent later raises new grounds or evidence that was not included in the initial protest, but which could have been raised at that time, then the City may not consider such new grounds or new evidence. The review shall be an informal process conducted by the TTX or its designee and will be based upon the information submitted by the Respondent in its protest letter. TTX will notify the Respondent in writing of its decision at the conclusion of the review. The decision of TTX is final. The evaluation of proposals will not be delayed or postponed to allow for completion of a protest process.

Protests not received within the time and manner specified will not be considered. A Respondent's failure to protest as specified above on or before the time specified above shall constitute a complete and irrevocable waiver of the ground(s) of protest and forfeit the Respondent's right to raise such ground(s) of protest later in the procurement process, in a Government Code Claim, or in any other legal proceeding.

References

Related documents

Despite the fact that the rise in net saving rate, capital stock and total consumption are the same in these two economies, the permanent increase in consumption that an

Marie Laure Suites (Self Catering) Self Catering 14 Mr. Richard Naya Mahe Belombre 2516591 info@marielauresuites.com 61 Metcalfe Villas Self Catering 6 Ms Loulou Metcalfe

The corona radiata consists of one or more layers of follicular cells that surround the zona pellucida, the polar body, and the secondary oocyte.. The corona radiata is dispersed

Two major contributions of the AccessiMap project are expected: 1/ the development of a web-based authoring editor for the production of tactile graphics

The gLite Grid middleware supports execution of jobs on dis- tributed resources through its Workload Management System.. However, running large grid applications and

The objective of this study was to develop Fourier transform infrared (FTIR) spectroscopy in combination with multivariate calibration of partial least square (PLS) and

National Conference on Technical Vocational Education, Training and Skills Development: A Roadmap for Empowerment (Dec. 2008): Ministry of Human Resource Development, Department

that affect directly on online purchase intention are presented: Factors such as; attitude, behavioral intention, security, trust, risk, perceived usefulness, ease of use and