Tender

Framework Agreement for Banking Services

  • Renfrewshire Council
  • Renfrewshire Leisure Limited trading as OneRen

F02: Contract notice

Notice identifier: 2024/S 000-019668

Procurement identifier (OCID): ocds-h6vhtk-047300

Published 27 June 2024, 12:45pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Gillian Gordon

Email

gillian.gordon@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.1) Name and addresses

Renfrewshire Leisure Limited trading as OneRen

The Lagoon Centre, 11 Christine Street

Paisley

PA1 1NB

Email

carol.armstrong@renfrewshire.gov.uk

Telephone

+44 1416187390

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshireleisure.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictenderscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictenderscotland.publiccontractsscotland.gov.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

Framework Agreement for Banking Services

Reference number

RC-CPU-23-151

two.1.2) Main CPV code

  • 66110000 - Banking services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a contract notice for Framework Agreement for Banking Services. Renfrewshire Council (the Council) is seeking to appoint a single Service Provider for general banking services for the Council and associated bodies and Renfrewshire Leisure Limited trading as OneRen. The appointed Service Provider will be required to deliver of a comprehensive banking service, including but not limited to, the opening and closing of bank accounts, an internet banking service for balance/transaction reporting and payment initiation, provision of cheques and pay-in slips, credit facilities, BACS, CHAPS, faster Payments, international payments and paper clearing.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Renfrewshire Council General Banking Services and associated bodies

Lot No

1

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire area

two.2.4) Description of the procurement

Renfrewshire Council will Call-Off on behalf of the following associated bodies under Lot 1.

Renfrewshire Valuation Joint Board.

Glasgow and the Clyde Valley Strategic Development Planning Authority

Scotland Excel

The appointed Service Provider will be required to deliver of a comprehensive banking service, including but not limited to, the opening and closing of bank accounts, an internet banking service for balance/transaction reporting and payment initiation, provision of cheques and pay-in slips, credit facilities, BACS, CHAPS, faster Payments, international payments and paper clearing.

The Council currently maintains 14 bank accounts and 16 imprest accounts. As part of a Call-Off Contract, the Council may require instant access call/deposit accounts as indicated in the list of accounts in the ITT, but this will depend on credit interest rates proposed for current account balances. Please note these account may be subject to change. The specification can be found in the Invitation to Tender document on Public Contract Scotland Tenders.

two.2.5) Award criteria

Quality criterion - Name: Relationship Management / Weighting: 9

Quality criterion - Name: Cheque deposits / Weighting: 5

Quality criterion - Name: Query resolution / Weighting: 10

Quality criterion - Name: Implementation / Weighting: 5

Quality criterion - Name: Cyber Security / Weighting: 5

Quality criterion - Name: ICT / Weighting: 6

Quality criterion - Name: Credit Interest (not scored – information only) / Weighting: 0

Quality criterion - Name: Debit Interest (not scored - information Only) / Weighting: 0

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Sustainability (not scored - information Only) / Weighting: 0

Quality criterion - Name: Community Benefits (voluntary) / Weighting: 0

Price - Weighting: 55

two.2.6) Estimated value

Value excluding VAT: £330,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will be for 4 years. Any Call-Off Contracts will be up to an initial 5 years with the option to extend for up to a period of 2 years at the sole discretion of the Council.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council reserve the right under Regulation 72(1)(b) of the Public Contracts Scotland Regulations 2015 to add or remove banking services relating to the requirements that would not be appropriate to source from another Service Provider.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Renfrewshire Leisure Limited trading as OneRen General Banking Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire area

two.2.4) Description of the procurement

Renfrewshire Leisure Limited trading as Oneren (OneRen) will be entitled to award Call-Off Contracts under Lot 2.

The appointed Service Provider will be required to deliver of a comprehensive banking service, including but not limited to, the opening and closing of bank accounts, an internet banking service for balance/transaction reporting and payment initiation, provision of cheques and pay-in slips, credit facilities, BACS, CHAPS, faster Payments, international payments and paper clearing.

OneRen currently maintains 5 bank accounts and may require instant access call/deposit accounts as indicated in the list of accounts (in the ITT), but this will depend on credit interest rates proposed for current account balances. Please note these account may be subject to change. The specification can be found in the Invitation to Tender document on Public Contract Scotland Tenders.

two.2.5) Award criteria

Quality criterion - Name: Relationship Management / Weighting: 9

Quality criterion - Name: Cheque deposits / Weighting: 5

Quality criterion - Name: Query resolution / Weighting: 10

Quality criterion - Name: Implementation / Weighting: 5

Quality criterion - Name: Cyber Security / Weighting: 5

Quality criterion - Name: ICT / Weighting: 6

Quality criterion - Name: Credit Interest (not scored – information only) / Weighting: 0

Quality criterion - Name: Debit Interest (not scored - information Only) / Weighting: 0

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Sustainability (not scored - information Only) / Weighting: 0

Quality criterion - Name: Community Benefits (voluntary) / Weighting: 0

Price - Weighting: 55

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement is for 4 years. Any Call off contract period will be up to an initial 5 years with the option to extend for up to a further 2 years at the sole discretion of OneRen

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council and OneRen reserve the right under Regulation 72(1)(b) of the Public Contracts Scotland Regulations 2015 to add or remove banking services relating to the requirements that would not be appropriate to source from another Service Provider.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT in PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


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 Service Provider must be registered and authorised with both the Financial Conduct Authority and also the Prudential Regulation Authority to provide banking and related services (collectively “Services”). The Service Provider will comply with the requirements of the Banking Act 2009 and the Financial Services Act 2012 in respect of such Services. The Service Provider will be a UK institution which has permission under the Financial Services and Markets Act 2000 to carry on the regulated activity of accepting deposits.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurance - It is a requirement of this Framework Agreement and any Call Off Contract made the under the Framework Agreement. that tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Call-Off Contract, the types and levels of insurance indicated below.

Financial - Please note tenderers are required to have a Minimum Long Term rating detailed below which will be maintained for the duration of the Framework Agreement and any Call Off Contract made the under the Framework Agreement.

Minimum level(s) of standards possibly required

Insurance

* Employers Liability – statutory minimum 5million (GBP) each and every claim

* Public liability – minimum 2 million (GBP), each and every claim

* Professional indemnity – 500,000 (GBP) for each and every claim in the aggregate with 500,000 (GBP) on an automatic annual reinstatement or 1 million (GBP) in the aggregate

Financial

Tenders will be required to have a minimum long-term rating from Fitch and Moody's of A- Where this criterion is not met the Council may request tenderers to provide detail why and supporting evidence in the form of company accounts for the previous financial year.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the SPD, Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as detailed Specification.

Tenders will also be required to confirm whether they intent to sub-contract any of the services relating to this tender in the SPD. A SPD will be required to be completed for each sub-contractor as detailed in the SPD

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 Service Provider will be and continue to be a UK institution which has permission under the Financial Services and Markets Act 2000 to carry on the regulated activity of accepting deposits (within the meaning of section 22 of that Act, taken with Schedule 2 and any order under section 22) for the term of the Contract and for the term of any Call-off thereunder. Service Provider will be registered and authorised and will maintain such registration and authorisation with both the Financial Conduct Authority and also the Prudential Regulation Authority in respect of the provision banking and related services.

The Service Provider will at all times comply with the requirements of the Banking Act 2009 and the Financial Services Act 2012 in respect of all Services provided under the Framework Agreement and any Call-off.

* Suitability qualified and experienced staff

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

29 July 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 19 December 2024

four.2.7) Conditions for opening of tenders

Date

29 July 2024

Local time

2:00pm

Information about authorised persons and opening procedure

In accordance with the Councils Standing Orders relating to Contracts


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If extension period is utilised, April 2031

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

1. All Procurement document can be located in PCST project number 25828. The Framework Agreement has not been structured as a lotted framework as the information contained within the technical and commercial envelopes cover both requirements. The MEAT supplier for lots 1 and 2 combined will be awarded the Framework Agreement.

2. The Renfrewshire Council (as lead Purchaser) will award the Framework Agreement and will Call-Off on behalf of the Council and associated bodies under Lot 1:

* Renfrewshire Valuation Joint Board, a separate legal entity and statutory body. Established by the Valuation Joint Boards (Scotland) Order 1995 to carry out the valuation functions of Renfrewshire, East Renfrewshire and Inverclyde Councils.

* The Glasgow and Clyde Valley Strategic Development Planning Authority. The Councils in the Glasgow and the Clyde Valley area work together on strategic development plan matters. A strategic development team is managed by a joint committee of 16 councillors from the eight participating councils

* Scotland Excel, a non-profit making organisation funded by participating local authority members. Its head office is located in Paisley.

Renfrewshire Leisure Limited (RLL) trading as OneRen will enter into any call off under Lot 2 of the Framework Agreement.

3. The Framework Agreement will be for a period of 4 years and any Call-off Contact awarded under either Lot 1 or Lot 2 will not automatically expiry after the Framework Agreement Expiry Date.

4. The Council and OneRen’s current Contract for Banking Services with Clydesdale Bank Plc is due to expiry on the 28th February 2025, for continuity of Service, the Council and OneRen agreed a short term Contract with Clydesdale Bank Plc to allow for implementation of a new banking service if there is a change of Service Provider following evaluation. It is therefore critical that the new banking service is live by the 28th February 2025. It is envisaged that if the incumbent Service Provider is appointed, the implementation will be limited.

5. A potential cost of change is anticipated where the Banking Services move to a new Service Provider. In order to identify this cost of change to the Council and OneRen and part of the Tender Submission (Implementation) will be used to identify the potential cost to the Council and OneRen arising from such a change. The Council has also identified the potential Cost to Change elements which include replacement cheque stock, replacement stationery and consultancy cost in relation to integration with the Council financial system Business World. The Council will clarify with the Tenderer the individual cost of change which would be in addition, the total cost of change will be added to the total cost for each Tender Submission provided by Tenderers who are not the incumbent Service Provider.

6. For your information: The Council has sought professional guidance from a consultant in the drafting of the specification, quality questions and pricing. This will make the Specification clearer to the market and produced in a format that is more familiar to the Banks

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25828. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits are voluntary. Further information can be found in Procurement Documents.

(SC Ref:769173)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.