Telford & Wrekin Council: Banking Services

  Telford & Wrekin Council has published this notice through Delta eSourcing

Notice Summary
Title: Banking Services
Notice type: Voluntary Ex-Ante Transparency Notice
Authority: Telford & Wrekin Council
Nature of contract: Services
Procedure: Award without prior publication
Short Description: Banking services. Provision of Banking Services for Borough of Telford & Wrekin
Published: 24/03/2020 12:38

View Full Notice

UK-Telford: Banking services.

Preliminary Questions
   This notice is published by:
   Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
       Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952382470, Email: sarah.bass@telford.gov.uk
       Main Address: www.telford.gov.uk
       NUTS Code: UKG21

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
      Regional or local authority

I.5) Main Activity (in the case of a notice published by a contracting authority)
      General public services


Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Banking Services.
      Reference number: Not Provided
      
   II.1.2) Main CPV code:
      66110000 - Banking services.
   
   II.1.3) Type of contract: SERVICES
   
   II.1.4) Short Description: Banking services. Provision of Banking Services for Borough of Telford & Wrekin
   
   II.1.6) Information about lots
      This contract is divided into lots: No

   II.1.7) Total value of the procurement (excluding VAT)
      Value: 850,000      
      Currency: GBP


II.2) Description

   II.2.2) Additional CPV codes:
      Not provided

   II.2.3) Place of performance:
      UKG21 Telford and Wrekin
   
   
   II.2.4) Description of the procurement:
    Banking services. Provision of Banking Services for Borough of Telford & Wrekin    
   
   II.2.5) Award criteria
   (Directive 2014/24/EU / Directive 2014/25/EU)
               
    Not provided       
      
      
   II.2.11) Information about options:
      Options:    No       
   
   II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds:    No

   II.2.14) Additional information:
    The Total Value at II.1.7) includes the option to extend for up to a further 5 years.    
      
Section IV: Procedure

IV.1) Description
   
   IV.1.1) Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below         
   
   IV.1.3) Information about framework agreement
         The procurement involves the establishment of a framework agreement: No    
   
   IV.1.8) Information about the Government Procurement Agreement (GPA)
         The procurement is covered by the Government Procurement Agreement: No
         
IV.2)Administrative Information

   IV.2.1) Previous publication concerning this procedure:
      Notice number in OJ S: Not provided       
   
Section V: Award Of Contract/Concession
      
Award of Contract/Concession No: 1
Contract No: Not Provided    Lot Number: Not Provided    Title: Not Provided

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 09/03/2020.
      
      V.2.2) Information about tenders
      The contract has been awarded to a group of economic operators:Yes .

      V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Lloyds Banking Group Plc, 00002065
       25 Gresham Street, London, EC2V 7HN, United Kingdom
       NUTS Code: UKG21
   The contractor/concessionaire will be an SME: No    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Lloyds Bank PLC, 00002065
       25 Gresham Street, London, United Kingdom
       NUTS Code: UKG21
   The contractor/concessionaire will be an SME: No    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: Not Provided          
         Total value of the contract/lot/concession 850,000         
         Currency: GBP

      V.2.5) Information about subcontracting:
         The contract is likely to be subcontracted: No          


Section VI: Complementary Information

   VI.3) Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=480564021
GO-2020324-PRO-16233958 TKR-2020324-PRO-16233957   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
          Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952383998
   
      V1.4.2) Body responsible for mediation procedures:
                Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952383998.

      VI.4.3) Review procedure
      Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided
   
   VI.5) Date of dispatch of this notice: 24/03/2020


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU


2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union

   The procurement falls outside the scope of application of the directive: Yes

3. Explanation

   Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
   lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
   The contracting authority considers it is acting legitimately, and in accordance with its public accountability and fiduciary dutiies in relation to the direct award of a contract for the provision of banking services.

We tendered the banking services in 2014 and tested the market. This resulted in a change of provider which had a significant cost pressure and impact.

The current contract runs to the end of September 2020. We will be looking to place a new contract for 5 years plus the option to extend for a further 5 years. During this time we will carry out benchmarking/review periods throughout the contract to ensure best value and take action appropriately.

The significant administration, project management and resource costs taken to change providers will significantly distort the cost of the services. The cost of moving provider is considered disproportionate to the contract and not best use of public money. The contract with Lloyds will be negotiated to ensure best value including Social Value for the Authority.
   

View any Notice Addenda

View Award Notice