Braintree District Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Banking Services |
Notice type: | Contract Notice |
Authority: | Braintree District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Colchester Borough Council is tendering for the provision of Banking Services. The proposed contract is to commence on 1st April 2014 and run for a period of 5 years. The Council will require the option to extend the contract for a further 2 years. The service required includes the maintenance of bank accounts, cash and cheque handling, cheque encashment facilities, BACS transaction processing and other money transmission services associated with local authority banking arrangements. The Council will also require an internet banking service for balance/transaction reporting and payment initiation. |
Published: | 30/08/2013 15:44 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
URL: www.colchester.gov.uk
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Banking Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 6
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Banking services. Financial transaction processing and clearing-house services. Colchester Borough Council is tendering for the provision of Banking Services. The proposed contract is to commence on 1st April 2014 and run for a period of 5 years. The Council will require the option to extend the contract for a further 2 years.
The service required includes the maintenance of bank accounts, cash and cheque handling, cheque encashment facilities, BACS transaction processing and other money transmission services associated with local authority banking arrangements. The Council will also require an internet banking service for balance/transaction reporting and payment initiation.
II.1.6)Common Procurement Vocabulary:
66110000 - Banking services.
66172000 - Financial transaction processing and clearing-house services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The service required includes the maintenance of bank accounts, cash and cheque handling, cheque encashment facilities, BACS transaction processing and other money transmission services associated with local authority banking arrangements. The Council will also require an internet banking service for balance/transaction reporting and payment initiation.
In addition Bulk Cash Handling will also be required from 1st April 2015, at the expiry of the current Bulk Cash Handling Banking tender.
Estimated value excluding VAT: 245,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees, bonds and/ or collateral warranties from the principal as well as sub-contractors may be required. The Council's requirements will be identified in the tender documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment by the contracting entity will be pounds sterling and will normally be required to be made by means of electronic funds transfer. Full details will be contained in the tender documents. Payment will be made on delivery of the service(s) and at the end of each contract month or quarter in arrears.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting entity's specific requirements are to be determined but it does require that any contract(s) awarded be entered into by a single legal entity on the part of the successful candidate(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the concession agreement.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Tenderers must be authorised to act as a bank in the UK. The Council may seek documentary evidence of appropriate FCA (or equivalent) registration during the selection /evaluation process.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Tenderers must meet the criteria for inclusion on the Council’s counterparty list for investments. The current minimum requirements are as follows:
Fitch (or equivalent)
Short Term Rating F1
Long Term Rating A
Viability Rating C
Support Rating 2
The Council reserves the right to terminate the contract should the successful tenderer be removed from the Council’s counterparty list for investments during the contract period.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Tenderers must provide full banking services (i.e. similar to the services being sought by the Council) to at least 5 other local authorities.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CUS-DG-0003
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 15/10/2013
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Date: 15/10/2013
Time: 14:00
Place:
Colchester Borough Council, Rowan House, Colchester, CO3 3WG
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To obtain the Tender Documents, suppliers must log in, go to your Response Manager and add the following Access Code:QN3768N83T.
Please ensure you follow any instruction provided to you here. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially as you will need to upload documents. In addition to submitting the electronic copy a hard copy of your Tender must be sent to the address detailed in the Document. The closing date for submitting both the electronic and hard copies of your response is 12:00 (noon) on 15th October 2013.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=70753359
GO-2013830-PRO-5079873 TKR-2013830-PRO-5079872
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.4.2)Lodging of appeals: This Authority will incorporate a minimum 10 Calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2006 No 5) (As amended) 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 & Northern Ireland). Any such action must be brought promptly (generally within 3 months)
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 30/08/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe
II) Addresses and contact points from which specifications and additional documents can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Colchester: Banking services.
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
URL: www.colchester.gov.uk
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Banking Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 6
Region Codes: UKH3 - Essex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Banking services. Financial transaction processing and clearing-house services. Colchester Borough Council is tendering for the provision of Banking Services. The proposed contract is to commence on 1st April 2014 and run for a period of 5 years. The Council will require the option to extend the contract for a further 2 years.
The service required includes the maintenance of bank accounts, cash and cheque handling, cheque encashment facilities, BACS transaction processing and other money transmission services associated with local authority banking arrangements. The Council will also require an internet banking service for balance/transaction reporting and payment initiation.
II.1.5)Common procurement vocabulary:
66110000 - Banking services.
66172000 - Financial transaction processing and clearing-house services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Quality - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CUS-DG-0003
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: CUS-DG-0003
V.1)Date Of Contract Award: 01/04/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lloyds Bank
Postal address: Forth Floor, Gresham Street
Town: London
Postal code: EC2V 7HN
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 142,430
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To obtain the Tender Documents, suppliers must log in, go to your Response Manager and add the following Access Code:QN3768N83T.
Please ensure you follow any instruction provided to you here. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially as you will need to upload documents. In addition to submitting the electronic copy a hard copy of your Tender must be sent to the address detailed in the Document. The closing date for submitting both the electronic and hard copies of your response is 12:00 (noon) on 15th October 2013.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=86585100
GO-2014512-PRO-5663853 TKR-2014512-PRO-5663852
VI.3.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.3.2)Lodging of appeals: This Authority will incorporate a minimum 10 Calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2006 No 5) (As amended) 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 & Northern Ireland). Any such action must be brought promptly (generally within 3 months)
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 12/05/2014