Payment Service Provider (PSP) and Card Acquiring

Object of procurement is an omnichannel payment acceptance and card acquiring solution with the aim of making HSL’s payment acceptance processes more user-friendly, efficient, compliant, and more agile to develop and manage. The omnichannel solution includes physical in-store payment terminals, unattended terminals to outdoor self-service environment, an online payment checkout …

CPV: 55900000 Retail trade services, 72000000 IT services: consulting, software development, Internet and support
Deadline:
Sept. 19, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Payment Service Provider (PSP) and Card Acquiring
Awarding body:
Helsingin Seudun Liikenne - kuntayhtymä
Award number:
149/02.08.00/2025

1. Buyer

1.1 Buyer

Official name : Helsingin Seudun Liikenne - kuntayhtymä
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Payment Service Provider (PSP) and Card Acquiring
Description : Object of procurement is an omnichannel payment acceptance and card acquiring solution with the aim of making HSL’s payment acceptance processes more user-friendly, efficient, compliant, and more agile to develop and manage. The omnichannel solution includes physical in-store payment terminals, unattended terminals to outdoor self-service environment, an online payment checkout solutions for HSL's digital channels, a wide selection of payment methods and PSP services for all mentioned sales channels, all necessary software updates (including general bug fixes, security updates, PCI DSS-, legislation-, and payment scheme compliance) and hardware updates during the contract period, a reporting and management portal (including necessary APIs), all PSP’s internal daily processes and necessary staff resources for delivering its service to HSL, and customer service support for HSL in using the procured service. HSL requires that the Supplier is a well-known and reputable company which is specialized into payment solutions, capable of ensuring the daily operation, compliance, and future development of the omnichannel payment solution on behalf of HSL. The omnichannel payment solution (including all aspects described in the procurement) is procured as a service. This means that the Supplier will take care of the solution in exchange for a monthly service fee paid by HSL to the Supplier. HSL is not interested in purchasing software development teams, hardware or software code. The omnichannel payment solution is a mandatory requirement, and it is not possible to offer the card acquiring service described in the optional requirements without also offering the omnichannel payment solution. Based on the received offers, HSL may choose to procure both services, but if the offers for the card acquiring service do not meet the requirements or are not competitive in terms of price, then HSL may choose to procure only the omnichannel payment solution. If HSL decides to procure both services, they will be procured from only one supplier. HSL reserves the right to suspend the procurement procedure for a real and legitimate reason. The procurement includes mandatory requirements and optional requirements. Mandatory requirements are the minimum requirements that the Supplier's offer must include. Optional requirements are additional features that the Supplier's offer may include. During the contract period, HSL may order additional payment terminals and checkout solutions from the Supplier, as well as other products, services and activation of payment methods. However, HSL won’t commit to any additional orders or activation of optional payments methods. All the deadlines specified in the invitation to tender are given in Finnish time. See also Appendix 1. Object of Procurement.
Procedure identifier : 53dd4cda-3e53-4173-b53f-b339a78ce9ad
Internal identifier : 149/02.08.00/2025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55900000 Retail trade services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.4 General information

Additional information : The Master Agreement shall be valid for a fixed period of two (2) years. After the fixed term, the Master Agreement shall remain valid for indefinite time until terminated by the client upon six (6) months’ prior written notice or by the supplier upon twelve (12) months’ prior written notice. Obligations, which by their nature should survive the termination of the agreement, shall survive the termination of the Master Agreement, for example, but not limited to clauses concerning confidentiality, data protection and intellectual property rights.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Payment Service Provider (PSP) and Card Acquiring
Description : Object of procurement is an omnichannel payment acceptance and card acquiring solution with the aim of making HSL’s payment acceptance processes more user-friendly, efficient, compliant, and more agile to develop and manage. The omnichannel solution includes physical in-store payment terminals, unattended terminals to outdoor self-service environment, an online payment checkout solutions for HSL's digital channels, a wide selection of payment methods and PSP services for all mentioned sales channels, all necessary software updates (including general bug fixes, security updates, PCI DSS-, legislation-, and payment scheme compliance) and hardware updates during the contract period, a reporting and management portal (including necessary APIs), all PSP’s internal daily processes and necessary staff resources for delivering its service to HSL, and customer service support for HSL in using the procured service. HSL requires that the Supplier is a well-known and reputable company which is specialized into payment solutions, capable of ensuring the daily operation, compliance, and future development of the omnichannel payment solution on behalf of HSL. The omnichannel payment solution (including all aspects described in the procurement) is procured as a service. This means that the Supplier will take care of the solution in exchange for a monthly service fee paid by HSL to the Supplier. HSL is not interested in purchasing software development teams, hardware or software code. The omnichannel payment solution is a mandatory requirement, and it is not possible to offer the card acquiring service described in the optional requirements without also offering the omnichannel payment solution. Based on the received offers, HSL may choose to procure both services, but if the offers for the card acquiring service do not meet the requirements or are not competitive in terms of price, then HSL may choose to procure only the omnichannel payment solution. If HSL decides to procure both services, they will be procured from only one supplier. HSL reserves the right to suspend the procurement procedure for a real and legitimate reason. The procurement includes mandatory requirements and optional requirements. Mandatory requirements are the minimum requirements that the Supplier's offer must include. Optional requirements are additional features that the Supplier's offer may include. During the contract period, HSL may order additional payment terminals and checkout solutions from the Supplier, as well as other products, services and activation of payment methods. However, HSL won’t commit to any additional orders or activation of optional payments methods. All the deadlines specified in the invitation to tender are given in Finnish time. See also Appendix 1. Object of Procurement.
Internal identifier : 149/02.08.00/2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55900000 Retail trade services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : During the contract period, HSL may order additional payment terminals and checkout solutions from the Supplier, as well as other products, services and activation of payment methods. However, HSL won’t commit to any additional orders or activation of optional payments methods. For more detailed information regarding the options, please refer to Appendix 2: Mandatory and Optional Requirements and Pricing under sheet "2. Optional Requirements".

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The Master Agreement shall be valid for a fixed period of two (2) years. After the fixed term, the Master Agreement shall remain valid for indefinite time until terminated by the client upon six (6) months’ prior written notice or by the supplier upon twelve (12) months’ prior written notice. Obligations, which by their nature should survive the termination of the agreement, shall survive the termination of the Master Agreement, for example, but not limited to clauses concerning confidentiality, data protection and intellectual property rights.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The Master Agreement shall be valid for a fixed period of two (2) years. After the fixed term, the Master Agreement shall remain valid for indefinite time until terminated by the client upon six (6) months’ prior written notice or by the supplier upon twelve (12) months’ prior written notice. Obligations, which by their nature should survive the termination of the agreement, shall survive the termination of the Master Agreement, for example, but not limited to clauses concerning confidentiality, data protection and intellectual property rights.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Description : Other economic and financial requirements Economic or financial requirement and a description of it: Credit Rating Requirement All Tenderers must possess a credit rating of "BBB" or higher from S&P Global Ratings, Moody's, or Fitch Ratings. Alternatively, a credit rating of "A" or higher from Suomen Asiakastieto Oy is also acceptable. Tenderers with lower credit ratings will not be considered. If the Tender's credit rating is lower than "A" from Suomen Asiakastieto Oy or lower than "BBB" from S&P Global Ratings, Moody's or Fitch Ratings, the Tenderer shall be excluded from competitive tendering. In the "Description" section, the Tenderer shall state its Rating Alfa rating or other rating, and a statement on the basis of which the rating can be considered to meet the requirement. The Tenderer must submit, as an attachment to his tender, Asiakastieto Oy's Rating Alfa report, which is less than three months old from the date of its submission, or a statement (which is less than three months old from the date of its submission) prepared by another equivalent independent assessor, such as an auditor, stating that the credit rating meets the required level. If the tender is submitted as a group, all members of the group must meet the above-mentioned requirement regarding the Tender's financial position. If the Tenderer is a newly established company, it must submit a statement prepared by an independent assessor, such as an auditor, that its credit rating meets the required level.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Description : Service contracts require a specific authorization Is a particular authorisation needed in order to be able to perform the service in question in the country of establishment of the economic operator? Authorisation: The tenderer must be duly authorized and registered as a payment institution in European Banking Authority’s Payment Institutions Register ( https://euclid.eba.europa.eu/register/pir/search) in accordance with applicable legislation (e.g., PSD2 or equivalent national regulation) and it must have licence to operate in Finland, or if the tenderer is operating as a bank, it must be duly authorized and registered as a bank supervised by European Central Bank (ECB) on ECB’s list of supervised banks ( https://www.bankingsupervision.europa.eu/framework /supervised-banks/html/index.en.html).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : During the reference period, the economic operator has provided the following main services of the type specified: Contracting authorities may require up to three years and allow experience dating from more than three years. Requirement: HSL requires that the Supplier is a well-known and reputable company which is specialized into payment solutions, capable of ensuring the daily operation, compliance, and future development of the omnichannel payment solution on behalf of HSL. Supplier's omni-channel solution (e.g. payment terminals and e/m-Commerce checkout solutions) must be a 'off the-shelf' -product and used by other customers, in other words solution must be ready to be used immediately after agreement is signed. Supplier must have 3 reference customers and Supplier must provide names of those customers in the "Description" field. If those reference customers are listed on Supplier's public webpage, Supplier must attach direct link to the webpage.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price, Weight 50%, Points Max710 Price score calculation formula: tendered value --------------------------- * 50 (maximum points) largest entered value For more detailed information, please refer to Appendix 2: Mandatory and Optional Requirements and Pricing and Appendix 1. Object of Procurement.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Quality, Weight 50%, Points Max710 Quality score calculation formula: tendered value --------------------------- * 50 (maximum points) largest entered value For more detailed information, please refer to Appendix 2: Mandatory and Optional Requirements and Pricing and Appendix 1. Object of Procurement.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 27/08/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 19/09/2025 12:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 19/09/2025 12:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : For more detailed information, please refer to Appendix 3. HSL's Terms and Conditions & SLA Requirements
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : HSL's operations are funded by municipal contributions from its member municipalities and by ticket revenues.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Organisation providing additional information about the procurement procedure : Helsingin Seudun Liikenne - kuntayhtymä

8. Organisations

8.1 ORG-0001

Official name : Helsingin Seudun Liikenne - kuntayhtymä
Registration number : 2274586-3
Postal address : Opastinsilta 6A, PL 100
Town : HSL
Postcode : 00077
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : hankinnat@hsl.fi
Telephone : +358 947664444
Internet address : http://www.hsl.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 0a1459fe-3cf3-4454-8ee2-fe78aec7bca4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 12:10 +00:00
Notice dispatch date (eSender) : 25/06/2025 12:15 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00411422-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025