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.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 is awarding a contract to a supplier for the Provision of Banking Services .
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).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 66000000 - Financial and insurance services
- 66100000 - Banking and investment 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.2.11) 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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-011956
Section five. Award of contract
Contract No
DN544189
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 October 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Barclays Bank PLC
1 Churchill Place, Canary Wharf
London
E14 5HP
Country
United Kingdom
NUTS code
- UKI - London
National registration number
1026167
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,500,000
Total value of the contract/lot: £1,500,000
Section six. Complementary information
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).