Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
Town Hall, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Banking Services
Reference number
DN544189
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Bournemouth, Christchurch and Poole (BCP) Council requires a supplier for the Provision of Banking Services as outlined in the procurement documentation.
The scope of the contract is for a Supplier to deliver Banking Services for BCP Council, the companies it operates, and the Charter Trustee organisations the Council hosts (including maintained schools and nurseries). The Council currently requires Banking Services to be delivered for the below organisations but this could be subject to change (both additional bank accounts and a reduction in bank accounts) during the term of the contract:
• Bournemouth Christchurch and Poole Council (BCP Council) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• Poole Housing Partnership Limited (Company Number 05025994) - Beech House, 28-30 Wimborne Road, Poole BH15 2BU
• Seascape Group Limited (Company Number 08743462) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• Seascape South Limited (Company Number 09364688) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• Bournemouth Building & Maintenance Limited (Company Number 08737094) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• Seascape Homes and Property Limited (Company Number 10030233) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• M.D Care (UK) Limited (Company Number 07405656) - Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• The Charter Trustees for Bournemouth – Town Hall, Bourne Avenue, Bournemouth BH2 6DY
• The Charter Trustees for Poole – Civic Centre, Poole BH15 2RU
• 19 Schools and Nurseries
The length of the contract will be five years with the option to extend for a further five years (5+5).
The intended start date of the contract will be on 1 October 2021. This is to allow sufficient lead time for the start of the financial year commencing on 1 April 2022. The initial five year term will commence from 1 April 2022.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 66000000 - Financial and insurance services
- 66110000 - Banking services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
BCP Council came into existence on 1 April 2019 following parliamentary approval for local government reorganisation in Dorset. The Dorset Local Government Reorganisation (LGR) process began back in 2014, with the development of the Local Partnerships report into the financial feasibility of moving from nine local authorities to two. The Case for Change (2016) developed this view from merely transition to also consider the potential financial benefits that could arise from transformation of the two new authorities, while also developing a place-based focus on the benefits expected from the reorganisation. This led to a decision to establish Bournemouth, Christchurch and Poole Council (BCP Council) alongside Dorset Council as two new unitary councils.
BCP Council is currently undertaking an organisational design project and is implementing a new operating model. At the centre of the operating model is the use of strategic technology and data to deliver digitally enabled services, including a single digital front door to access council services. The new operating model will be implemented over the next five years.
As the Council is a newly formed unitary authority there will be changes during the life of the contract while there is migration of the three legacy councils’ internal accounting systems and processes. The Council requires a supplier that can deliver Banking Services flexibly during the term of the delivery in order to support in the transformation being undertaken at the Council.
The Council currently has a variety of bank accounts to deliver its services, which stems from the three legacy councils. As the Council goes through this transformation process, its requirements will change and the supplier must be flexible and innovative to help the Council to continue to deliver its services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The length of the contract will be five years with the option to extend for a further five years (5+5). Therefore if all extensions were taken, the full length of the contract would be for 10 years.
The intended start date of the contract will be on 1 October 2021. This is to allow sufficient lead time for the start of the financial year commencing on 1 April 2022. The initial five year term will commence from 1 April 2022.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Bidder must be registered with the Financial Conduct Authority (FCA) (UK Office).
The Bidder must also hold the minimum short term and long term ratings of one of the agencies that are outlined in the procurement documentation.
Bidders should access the procurement documentation for full details of the professional or trade registers that are required for this supply.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Bidder must be registered with the Financial Conduct Authority (FCA) (UK Office).
The Bidder must also hold the minimum short term and long term ratings of one of the agencies that are outlined in the procurement documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 June 2021
Local time
2:00pm
Information about authorised persons and opening procedure
All Bids received are electronically sealed and released by the Council's Democratic Services after the Bid submission deadline.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The length of the contract will be five years with the option to extend for a further five years (5+5). Therefore if all extensions were taken, the full length of the contract would be for 10 years.
six.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity and the scheme as a whole.
The Council is carrying out this procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (as amended).
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council will be providing debriefing information to unsuccessful bidders (in accordance with Regulation 86) and observe a minimum 10 day standstill period (in accordance with Regulation 87) before the contract is entered into.
The Council reserves the right to vary, amend and update any aspects of the procurement documents.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).