Section one: Contracting authority
one.1) Name and addresses
London Borough of Barnet
2 Bristol Avenue
Colindale London
NW9 4EW
Telephone
+44 2083597212
Country
United Kingdom
NUTS code
UKI71 - Barnet
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Banking Services
Reference number
702386
two.1.2) Main CPV code
- 66110000 - Banking services
two.1.3) Type of contract
Services
two.1.4) Short description
London Borough of Barnet requires a comprehensive money transmission banking service involving maintenance of numerous bank accounts(including accounts for schools), handling of paper, BACS/Faster Payment and CHAPS clearing, cash processing and other activities associated with local authority banking business. Credit facilities (i.e. overdraft facility, BACS limits, settlement risk limits) will also be required. The Council will require an internet banking service for balance/transaction reporting and payment initiation.
The Council require a five year contract with extension option of 2 years.
two.1.5) Estimated total value
Value excluding VAT: £367,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
Main site or place of performance
London Borough of Barnet
two.2.4) Description of the procurement
London Borough of Barnet requires a comprehensive money transmission banking service involving maintenance of numerous bank accounts(including accounts for schools) , handling of paper, BACS/Faster Payment and CHAPS clearing, cash processing and other activities associated with local authority banking business. Credit facilities (i.e. overdraft facility, BACS limits, settlement risk limits) will also be required. The Council will require an internet banking service for balance/transaction reporting and payment initiation.
The Council require a 5 year contract plus 2 year extension option.
two.2.5) Award criteria
Quality criterion - Name: Relationship Management / Weighting: 15
Quality criterion - Name: Service Delivery and Query Resolution / Weighting: 15
Quality criterion - Name: Implementation / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 45
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
2 year extension option subject to performance review and budget
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
two.2.14) Additional information
Tender documents are accessible from LBB's procurement portal www.barnetsourcing.co.uk under current opportunities. Please register and this will enable access to tender documents
Should you experience technical difficulties with the portal please contact support@curtisfitchglobal.com explaining these and that they relate to this opportunity
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
- tenderers must be authorised to act and operate as a bank in the UK and provide access to UK clearing systems. Evidence of registration with relevant authorities will be required:
— tenderers must be authorised or recognised by the Prudential Regulation Authority (PRA) to act as a bank in the UK;
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.2.2) Contract performance conditions
See tender documentation for further details:
- tenderers must be authorised to act and operate as a bank in the UK. Evidence of registration with relevant
authorities will be required:
— tenderers must be authorised or recognised by the Prudential Regulation Authority (PRA) to act as a bank in
the UK and provide access to UK clearing systems;
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
15 November 2021
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 November 2021
Local time
3:00pm
Place
London Borough of Barnet
Information about authorised persons and opening procedure
Officers in accordance with London Borough of Barnet Contract Procedure Rules
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
To access tender documents please visit www.barnetsourcing.co.uk current opportunities and follow on screen prompts
Should you experience technical difficulties with the portal please contact support@curtisfitchglobal.com explaining these and that they relate to this opportunity
(MT Ref:224121)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit