Banking Services Cumbria County Council
Cumbria County Council.
UK-Carlisle: banking services
2012/S 20-032502
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cumbria County Council
Strategic and Commercial Procurement, Barras Lane, Dalston
For the attention of: Mr Leslie Hopcroft
CA5 7NY Carlisle
UNITED KINGDOM
Telephone: +44 1228227757
E-mail: leslie.hopcroft@cumbria.gov.uk
Internet address(es):
General address of the contracting authority: www.cumbria.gov.uk
Address of the buyer profile: www.thechest.nwce.gov.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Banking Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6: Financial servicesa)Insurances services b)Banking and investment services
Main site or location of works, place of delivery or of performance: Cumbria.
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Cumbria County Council and the Cumbria Local Government Pension Scheme each require the delivery of a comprehensive banking service involving maintenance of the respective bank accounts, cheque and credit clearing, CHAPS, BACS direct debit and direct credit processing, cash handling, foreign exchange services and other associated activities associated with local authorities. The accounts will need to be grouped to produce both a Council and a Pension Fund overdrawn or surplus position on a daily basis. The council will be looking for an initial period of 5 years, extendable for up to a further 2 years.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will be used by Council Departments to facilitate their service provision within Cumbria. The Council will also require the facility to deposit quantities of cash (coins and notes) on a daily basis at a minimum number of locations in Cumbria.
Estimated value excluding VAT:
Range: between 400 000 and 475 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting Authority reserves the right to require deposits,guarantees,bonds or other forms of appropriate security,Further details will be provided in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per details in the Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting Authority reserves the right to require groupings of entities to take a particular form, or require one party to undertake primary legal liability or to require that each party undertakes joint or several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As specified in the ITT.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in the ITT.
Minimum level(s) of standards possibly required: As specified in the ITT.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As specified in the ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: The contractor must be an institution authorised by the Banking Act 1987 or The Financial Services and Markets Act 2000 and any subsequent amendment thereof.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NWCE 8PSGN4
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
19.3.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: The Submission will be submitted through the County Council E-Tendering system “TheChest” and will be opened electronically after the deadline for submission has passesd by: Legal and Democratic Services The Courts Carlisle CA3 8NA.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 7 years
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers wishing to express an interest and obtain access to the tender documents should go to http://www.thechest.nwce.gov.uk/ and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (NWCE 8PSGN4) in the box labelled” contains” then click search. Click on the Blue link for the contract title to view the opportunity. To express an interest you will need to login. if you are not already registered on the http://www.thechest.nwce.gov.uk/ you will need to return to the home page and click on Register “free link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.
Cumbria County Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Cumbria County Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority’s supplier audits on all aspects of diversity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10 calender standstill period at the point information on the award of the contract is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.1.2012