Tender

Provision of Banking Services

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2021/S 000-011956

Procurement identifier (OCID): ocds-h6vhtk-02b626

Published 28 May 2021, 11:07am



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

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

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).