Notice Information
Notice Title
Provision of Banking Services
Notice Description
West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation.
Lot Information
Lot 1
West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services. West Dunbartonshire Leisure Trust is a separate not-for-profit organisation which manages the local areas 3 leisure centres, 14 community centres, 11 changing pavilions.. As per the Specification
Renewal: Option to extend for a further 2 x 12 month periods (at the councils discretion)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000607144
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420347
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66110000 - Banking services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £120,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £104,858 £100K-£500K
Notice Dates
- Publication Date
- 6 Jul 20214 years ago
- Submission Deadline
- 21 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Christina Fraser
- Contact Email
- christina.fraser@west-dunbarton.gov.uk, daniel.cullen@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377822
Provision of Banking Services - West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) wish to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420347
Provision of Banking Services - West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation.
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-r6ebe6-0000607144-2021-07-06T00:00:00Z",
"date": "2021-07-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000607144",
"initiationType": "tender",
"parties": [
{
"id": "org-118",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"name": "Christina Fraser",
"email": "christina.fraser@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-119",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR"
},
"contactPoint": {
"url": "http://www.west-dunbarton.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "org-20",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "Daniel.Cullen@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-412",
"name": "Clydesdale Bank PLC",
"identifier": {
"legalName": "Clydesdale Bank PLC"
},
"address": {
"streetAddress": "30 St Vincent Place",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G1 2HL"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-22",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-20"
},
"tender": {
"id": "Project_15284",
"title": "Provision of Banking Services",
"description": "West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "66110000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "West Dunbartonshire"
},
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-02-21T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-21T12:00:00Z"
},
"documents": [
{
"id": "JAN377822",
"documentType": "contractNotice",
"title": "Provision of Banking Services",
"description": "West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) wish to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377822",
"format": "text/html"
},
{
"id": "JUL420347",
"documentType": "awardNotice",
"title": "Provision of Banking Services",
"description": "West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services; however it is critical that both the Council and the Leisure Trust can clearly identify transactions that are specific to each organisation.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420347",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "West Dunbartonshire Council (the Council) and West Dunbartonshire Leisure Trust (the Leisure Trust) sought to establish a contract for the provision of banking services. The service will be provided to both the Council and the Leisure Trust with bank transactional services. West Dunbartonshire Leisure Trust is a separate not-for-profit organisation which manages the local areas 3 leisure centres, 14 community centres, 11 changing pavilions.. As per the Specification",
"status": "complete",
"value": {
"amount": 120000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further 2 x 12 month periods (at the councils discretion)"
}
}
],
"bidOpening": {
"date": "2020-02-21T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "A set of Key Performance Indicators (KPI's) will be used to manage the contract and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period: - Responsiveness - Complaints - Management Information - Communication - On time Delivery - Accuracy - Invoice Accuracy - Cost Reduction Initiatives - Pricing Stability - Fit for purpose products - Continual Improvement/Innovation - Change Management - Social Benefits in Procurement This list is not exhaustive and is subject to change."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "- Credit rating based on Moody's rating (or equivalent) must be as a minimum Baa3 - long term and P-3 for short term. - The Council and the Leisure Trust require Tenderers to be compliant with the Payment Card Industries Data Security Standards (PCI DSS) https://www.pcisecuritystandards.org/"
},
{
"type": "economic",
"description": "Minimum level(s) of standards required: With reference to European Single Procurement Document (ESPD) questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.24,000 GBP, therefore a turnover of 48,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing. - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance Q4B.5.1 -It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below. - Employers Liability Insurance - 10 million GBP each Q4B5.2 - Public and Product Liability Insurance - 5 million GBP each - Professional Indemnity Insurance 5 million GBP each services as described in part II.2.4 of this Contract Notice and as detailed in the Specification. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies."
},
{
"type": "technical",
"description": "- credit rating based on Moody's rating (or equivalent) must be as a minimum Baa3 - long term and P-3 for short term. - the Council and the Leisure Trust require Tenderers to be compliant with the Payment Card Industries Data Security Standards (PCI DSS) https://www.pcisecuritystandards.org/ ESPD Question 4C.1.2 - Please provide relevant examples of services carried out during the last three years as specified in this contract notice. ESPD Question 4C.10 - Please provide details of the proportion (ie percentage) of the contract that you intend to subcontract. ESPD Question 4D.1 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards. ESPD Question 4D.1.1 - If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.",
"minimum": "These questions will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Council's requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes). ESPD Question 4C.1.2 - Bidders are required to provide 2 satisfactory examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, bidders should ensure that companies listed would be willing to discuss the bidders performance with the Council. ESPD Question 4C.10 -Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. If you intend to subcontract any share of the contract to third parties on whose capacity you rely on to satisfy the selection criteria you must secure that each subcontractor completes a separate ESPD (Scotland) response for all parts of the ESPD (Scotland) Qualification ESPD Question Q4D.1 Mandatory Pass/Fail Question - Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. A Quality Management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 1080
}
},
"classification": {
"id": "66110000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:659711)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607144"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607144"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "Project_15284-1",
"suppliers": [
{
"id": "org-412",
"name": "Clydesdale Bank PLC"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "Project_15284-1",
"awardID": "Project_15284-1",
"status": "active",
"value": {
"amount": 104858.91,
"currency": "GBP"
},
"dateSigned": "2021-04-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1383",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "1384",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1385",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1386",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1387",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}