INVERCLYDE COUNCIL has floated a tender for Contract notice: Banking services. The project location is United Kingdom and the tender is closing on 21 Jan 2019. The tender notice number is 548261-2018, while the TOT Ref Number is 29192323. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Banking services

Deadline : 21 Jan 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 29192323

Document Ref. No. : 548261-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : INVERCLYDE COUNCIL
Office Name: Inverclyde Council
Address: Corporate Procurement, Municipal Buildings, Clyde Square
Town: Greenock
Postal Code: PA15 1LX
Contact Point: Annemarie Hannaway
United Kingdom
Email :annemarie.hannaway@inverclyde.gov.uk
URL :http://www.inverclyde.gov.uk

Tender Details

Object of the contract
Banking services

Description: Contract notice: Banking services

Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 66110000, 66110000, 66110000
CPV Description: Banking services.

CP0326 Provision of Banking Services

Reference Number : CP0326

Tenders are invited by Inverclyde Council for the provision of Banking Service for bank accounts covering its day to day operations including for Council Tax and Non-Domestic rates collection, Creditor and Payroll payments and a Call Deposit Account. The Council also undertakes Treasury Management operations (involving other call and notice bank accounts and other instruments) which will interact with, but be separate from, the accounts covered by this tender.

Main Site : Inverclyde.

Tenders are invited by Inverclyde Council for the provision of Banking Services for bank accounts covering its day to day operations including for Council Tax and Non-Domestic rates collection, Creditor and Payroll payments and a Call Deposit Account. The Council also undertakes Treasury Management operations (involving other call and notice bank accounts and other instruments) which will interact with, but be separate from, the accounts covered by this tender.

Tenderers must be authorised/regulated for the Banking Services required under this Tender by the Financial Conduct Authority and Prudential Regulation Authority or otherwise authorised under UK/EU/EEA law or rules to provide those Banking Services.

Financial Standing.

Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:

(a) Where the tenderer's Dun and Bradstreet risk indicator is 3 or less, the annual contract value should also be less than 50 % of the tenderer's average turnover over the preceding 2 years or

(b) Where the tenderer's Dun and Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75 % of the tenderer's average turnover over the preceding 2 years.

Please note the important guidance to bidders below:

Applicants are strongly advised to satisfy themselves that they meet these criteria as failure of the financial check will mean that their application will not be considered further.

Applicants should also satisfy themselves that their Dun and Bradstreet ratings are correct and it is the applicant's responsibility to raise any queries with Dun and Bradstreet if they feel a correction is required.

The council will rely on the risk rating it obtains at the time it performs the D&B financial check.

You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.

If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.

If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.

Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contract (Scotland) Regulations 2015.

Tenderers should note due to character restrictions within PCS an additional file has been added to PCS-T in the buyer attachment area "Contract Notice Additional Information"

Insurance Requirements:

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 indicated below:

Employer's Liability Insurance (in accordance with current legal requirements); limit of indemnity required = 10 000 000 GBP.

Public Liability Insurance; limit of indemnity required = 10 000 000 GBP.

Professional Indemnity Insurance; limit of indemnity required = 10 000 000 GBP.

ESPD 4C.10 Subcontractors:

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

ESPD 4D.1 Quality Management Procedures:

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 hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information").

ESPD 4.2 Environmental Management Standards:

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or hold the information contained in the buyer attachment area in PCS-T (filename "Contract Notice Additional Information".)

Health and Safety:

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS.

18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information").

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12483. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Bidders should set out what community benefits they will bring to the Inverclyde area in the event of a successful tender. Answers should address but are not limited to contributions to education (e.g. educational resources/materials/training on financial or similar issues), supply chain initiatives for local SME's; environmental initiatives; resources for community initiatives and targeted recruitment and training. Bidders should be aware that these community benefits will form part of the contract and will be regularly monitored in line with the KPI Balance Scorecard associated with this contract.

(SC Ref:565889).


Internet address (URL): http://www.inverclyde.gov.uk

Documents

 Tender Notice