Notice Information
Notice Title
Provision of Banking Services
Notice Description
East Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the supply of the following requirements. Provision of Banking Services for both the council and East Renfrewshire Cultural & Leisure Trust (ERCL) . The Council is aware that the banking sector is consistently developing its services. The flexibility to enjoy the benefits of any developments would be expected from the successful tender The Council utilises a range of transactions, the main types are as follows; Auto Credits to Accounts Auto Debits to Accounts Manual Credits Manual Debits Cheques Remitted Cash Handled CHAPS Payments Out Stopped Cheques Salary Recalls Unpaid Cheques Received BACSTEL-IP Transactions International Currency Payments
Lot Information
Lot 1
East Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the supply of the following requirements. Provision of Banking Services for both the council and East Renfrewshire Cultural & Leisure Trust (ERCL) . The Council is aware that the banking sector is consistently developing its services. The flexibility to enjoy the benefits of any developments would be expected from the successful tender The Council utilises a range of transactions, the main types are as follows Auto Credits to Accounts Auto Debits to Accounts Manual Credits Manual Debits Cheques Remitted Cash Handled CHAPS Payments Out Stopped Cheques Salary Recalls Unpaid Cheques Received BACSTEL-IP Transactions International Currency Payments Additional information: Quality weighting above are sub weighting and the overall weighting for quality is 40. As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT
Renewal: Provision for 3 x 12 month extension periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0356d7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020594-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66110000 - Banking services
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- £150,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jul 20223 years ago
- Submission Deadline
- 29 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Sept 2030 once the 60 months + 3 x 12 extension periods
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- May Harvey-Welsh
- Contact Email
- may.harvey-welsh@eastrenfrewshire.gov.uk
- Contact Phone
- +44 1415773669
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0356d7-2022-07-28T11:38:47+01:00",
"date": "2022-07-28T11:38:47+01:00",
"ocid": "ocds-h6vhtk-0356d7",
"description": "Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project. Please ensure that all documentation is read thoroughly. Please note that the dates on this notice are indicative and subject to change. All values indicated are indicative figure only and no guarantee is given with regard to the Council's overall uptake of any resulting contract. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time and date to avoid any last minute problems. East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified any awarded contract without a new procurement procedure. Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project. Please ensure that all documentation is read thoroughly. Please note that the dates on this notice are indicative and subject to change. All values indicated are indicative figure only and no guarantee is given with regard to the Council's overall uptake of any resulting contract. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time and date to avoid any last minute problems. East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified any awarded contract without a new procurement procedure. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19881. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Bidders responding to this opportunity will be required to confirm their compliance with the following in order for their bid to be considered further. Should you advise that you are unwilling to confirm compliance your bid will be removed from this exercise without further consultation? East Renfrewshire Council is committed to maximising community benefits, Community benefits improve the economic, social or environmental wellbeing of the area. Under this contract the successful supplier will be requested to support East Renfrewshire Council's economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy. Tier 1. Targeted recruitment and training for priority employability groups. Tier 2. Work experience placements for the same target groups. Tier 3. Curriculum support for schools and those on employability pathways. Tier 4. Community Enhancement for community groups and projects. Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support. If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this contract. Based on the estimated value and term of contract being offered the Council expects you to meet a minimum of 50 Community Benefits points. Please note there is no limit to the Community Benefits that a Bidder may offer and the total Community Benefit Points for these may exceed the stated expectation. (SC Ref:701059)",
"initiationType": "tender",
"tender": {
"id": "ERC000060",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Banking Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "66110000",
"description": "Banking services"
},
"mainProcurementCategory": "services",
"description": "East Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the supply of the following requirements. Provision of Banking Services for both the council and East Renfrewshire Cultural & Leisure Trust (ERCL) . The Council is aware that the banking sector is consistently developing its services. The flexibility to enjoy the benefits of any developments would be expected from the successful tender The Council utilises a range of transactions, the main types are as follows; Auto Credits to Accounts Auto Debits to Accounts Manual Credits Manual Debits Cheques Remitted Cash Handled CHAPS Payments Out Stopped Cheques Salary Recalls Unpaid Cheques Received BACSTEL-IP Transactions International Currency Payments",
"value": {
"amount": 150000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council is currently inviting tenders, from suitably qualified companies for the supply of the following requirements. Provision of Banking Services for both the council and East Renfrewshire Cultural & Leisure Trust (ERCL) . The Council is aware that the banking sector is consistently developing its services. The flexibility to enjoy the benefits of any developments would be expected from the successful tender The Council utilises a range of transactions, the main types are as follows Auto Credits to Accounts Auto Debits to Accounts Manual Credits Manual Debits Cheques Remitted Cash Handled CHAPS Payments Out Stopped Cheques Salary Recalls Unpaid Cheques Received BACSTEL-IP Transactions International Currency Payments Additional information: Quality weighting above are sub weighting and the overall weighting for quality is 40. As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT",
"awardCriteria": {
"criteria": [
{
"name": "COMMUNITY BENEFITS",
"type": "quality",
"description": "5"
},
{
"name": "FAIR WORKING PRACTICES",
"type": "quality",
"description": "5"
},
{
"name": "CASH WITHDRAWALS CHEQUE ENCASHMENTS, PROCESSES",
"type": "quality",
"description": "5"
},
{
"name": "STATEMENTS PROVISION OF PAID CHEQUES",
"type": "quality",
"description": "5"
},
{
"name": "ELECTRONIC INTERNET BANKING",
"type": "quality",
"description": "5"
},
{
"name": "RECONCILIATION DATA POOLED BANK ACCOUNTS",
"type": "quality",
"description": "5"
},
{
"name": "CASH MANAGEMENT INTEREST ARRANGMENTS",
"type": "quality",
"description": "5"
},
{
"name": "BACS CHAPS and CREDIT FACILITY",
"type": "quality",
"description": "5"
},
{
"name": "OVERDRAFT FACILITIES",
"type": "quality",
"description": "5"
},
{
"name": "VOUCHER ENQUIRY SCREEN",
"type": "quality",
"description": "5"
},
{
"name": "BANKING DIFFERENCES PREPARATION OF BANKING",
"type": "quality",
"description": "5"
},
{
"name": "AUTHORISED SIGNATORIES",
"type": "quality",
"description": "5"
},
{
"name": "FRAUD",
"type": "quality",
"description": "5"
},
{
"name": "SERVICE QUALITY",
"type": "quality",
"description": "10"
},
{
"name": "CONTRACT TRANSFER IMPLEMENTATION",
"type": "quality",
"description": "10"
},
{
"name": "EXTERNAL AUDIT",
"type": "quality",
"description": "5"
},
{
"name": "HEALTH and SOCIAL CARE CLIENT ACCOUNTS",
"type": "quality",
"description": "5"
},
{
"name": "EXIT PLAN",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 150000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Provision for 3 x 12 month extension periods"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66110000",
"description": "Banking services"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Companies are required to be authorised by Prudential Regulation Authority and regulated by the Financial Conduct Authority and the Prudential Regulation Authority.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "To establish the financial standing of a bidder, the Council will: Take into account a risk report provided independently by Creditsafe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. Where the score is 30+ the Council will consider all information available from the report. Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration. It should be noted that in addition to the above checks the Council reserves the right at its own discretion to seek such other information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the applicant's economic and financial standing. Additional information can include an analysis of turnover, solvency ratios and profitability ratios and will be detailed within the Qualification Envelope question within PCS-Tender. The final decision on bidder inclusion rests with the Council. The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the financial standing decline to an unacceptable level. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. It should be noted that the maximum business that can be passed to a sub-contractor or members of a consortia under this contract cannot be more than 50% of their annual turnover. The council reserves the right to request evidence of the other SPD areas in relation to the selection criteria of suitability, economic and financial standing and quality assurance schemes and environmental management standards. For the avoidance of doubt where a subcontractor or participants of a group who meet the compulsory exclusions grounds shall be replaced at the request of the Council and the Council may request the replacement where the discretionary exclusion grounds are met. Minimum level(s) of standards required: 1 . Public Liability and Employers Liability 5m GBP Professional Indemnity/ Contractors all risk 2m GBP 2. To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Tenders are asked to provide their company number so that the council can run this report. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further."
},
{
"type": "technical",
"description": "Previous Experience Minimum level(s) of standards required: Bidders will be required to provide 3 examples of similar services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of this Contract Notice and within all tender documents. The examples provided must be of a similar value, size and scope.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-08-29T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-08-29T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-08-29T12:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "Sept 2030 once the 60 months + 3 x 12 extension periods"
}
},
"parties": [
{
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "May Harvey-Welsh",
"telephone": "+44 1415773669",
"email": "may.harvey-welsh@eastrenfrewshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.eastrenfrewshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-6312",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "St James Street",
"locality": "Paisley",
"postalCode": "PA3 2HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1418875291",
"email": "paisley@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court"
}
}
],
"buyer": {
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000701059"
}
],
"language": "en"
}