Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Banking and Merchant Card Services

  • First published: 18 July 2014
  • Last modified: 23 September 2014

Contents

Summary

OCID:
ocds-kuma6s-009946
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
18 July 2014
Deadline date:
22 September 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Caerphilly County Borough are seeking to appoint one provider for the provision of Banking Services and Merchant card services to the Authority as detailed within the ITT. CPV: 66100000, 66120000, 66110000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Helen Sellwood

+44 1443863161


+44 1443863167

www.caerphilly.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272

www.proactisplaza.com/supplierportal

www.proactisplaza.com/supplierportal
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Banking and Merchant Card Services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

6

II.1.2)

Main site or location of works, place of delivery or performance

Caerphilly County Borough Council



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Caerphilly County Borough are seeking to appoint one provider for the provision of Banking Services and Merchant card services to the Authority as detailed within the ITT.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=9946.

II.1.6)

Common Procurement Vocabulary (CPV)

66100000
66120000
66110000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Council is seeking to appoint a Bank provider for its corporate banking services to include transactional banking and merchant services. The Council is seeking to award a single contract covering the full range of services as detailed within the ITT. Full details of the requirement can be found in the service specification as part of the main Invitation to Tender (ITT).

The contract is for a period of three years, with the option to extend for up to a further period of two years extended on an annual basis.

The process will be an three stage Open Procedure consisting of Selection, evaluation and preferred bidder stage.

Stage One - Selection stage

This will consist of Pass/Fail questions. Providers will need to pass all questions to proceed to the award stage, Stage Two. Providers shall note that if they fail any of the Pass/Fail criteria with in the selection stage their bids will be excluded from any further part in the process.

Terms and conditions

The Council has set out within the ITT, Caerphilly CBC specific Terms and Conditions. These terms and conditions are not negotiable. Within the selection stage of the process, providers are requested to accept the Caerphilly CBC specific Terms and Conditions in order to proceed to the second stage, award criteria. Failure to accept the Caerphilly CBC specific Terms and Conditions shall result in the immediate elimination from the tender process and you shall not proceed to the second stage of the process. For the avoidance of doubt, failure to accept the Caerphilly CBC specific Terms and Conditions shall result in a fail score.

Financial Rating

The minimum requirement acceptable to the Council during the tender process and throughout the term of the contract shall be the investment grade rating of (short-term/ Long-term) F2 / BBB Fitch or equivalent.

The Council shall undertake periodic reviews of the successful providers rating during the term of the contract. If the successful provider falls below the F2 / BBB (Fitch or equivalent) during the term of the contract, or during the contract award stage, the Council shall terminate the contract

Stage Two - Evaluation

The award criteria will be the Most Economical Advantageous Tender with a criteria of Quality / Cost matrix

Quality 40% Weighting

Cost 60% weighting to include specification response, Presentation and Interview

The evaluation stage will consist of scored questions

The award of contract shall be to one Contract Provider

For further details please see the ITT Document

The Council will not consider the banking services terms and conditions until stage three of the process – preferred bidder stage. At the end of stage two - Evaluation Stage, the identification of the preferred bidder shall be highlighted, the provider with the highest score following the evaluation process and their banking services terms and conditions shall be considered and negotiations shall commence with the Bank and the Council on the Banking services terms and conditions. For the avoidance of doubt in the event that any part of the Banking services terms and conditions conflict or are inconsistent with Caerphilly CBC specific terms & conditions then the Caerphilly CBC specific terms & conditions shall prevail and take precedence over the Banking services terms and conditions. If the banking services terms and conditions cannot be agreed by both parties, then the Council shall proceed to the second provider and so forth.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality 40
Cost 60

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CCBC/PS1243/14/HS

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-09-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 01-09-2014  12:00
Penallta House

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This tender process will be undertaken utilising Caerphilly County Borough Council's Proactis Plaza e-tendering system. Therefore, organisations are required to register their interest by registering onto the system using the directions below (to register and access tender documents)

If you are already registered go to point 11

1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com

2. Click the "Register Now" button at the bottom of the window

3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.

4. Please make a note of the Organisation ID and User Name, then click "Register".

5. You will then receive an email from the system asking you to "Click here to activate your account". This takes you to Enter Organisation Details.

6. Please enter the information requested, click "Next" and follow the instructions ensuring that you enter all applicable details.

7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.

8. Accept the Terms and Conditions and then click "Next". This takes you in to the Welcome window.

9. In the "Welcome" window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.

10. Now click "Done" and you will enter the Supplier Home page.

11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button. Click the "Requests from Buyers" command in the Opportunities area. This will take you to the list of current opportunities available to you.

12. Click the Project ID that relates to this notice, this will take you into the Tender Request.

13. Note the closing date for completion of the relevant project. Please review the "Items" tab and the Documents tab as there will be information relating to the project held here.

14. You can now either "Create a Response" to, or "Decline" this opportunity.

A supplier guide is available via the portal detailing how to use the Proactis Plaza system

All queries are to be made via the messaging sysem on the Proactis portal.

If you require assistance contact

Natasha Ford 01443 863075 - fordn@caerphilly.gov.uk

Danielle Parker 01443 863275 - parked1@caerphilly.gov.uk

(WA Ref:9946)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Under the terms of the contract the successful supplier will be required to deliver Community Benefits in support of the Authority's economic and social objectives.

Please note that the Authority is committed to contributing to the Social, economic and environmental well-being of the wider community. Accordingly, the requirement to do so will a non-core requirement for this tender.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 18-07-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK


+44 1443863161


+44 1443863167
www.caerphilly.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK


+44 1443863161


+44 1443863167
www.caerphilly.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK


+44 1443863161


+44 1443863167
www.caerphilly.gov.uk

Coding

Commodity categories

ID Title Parent category
66100000 Banking and investment services Financial and insurance services
66110000 Banking services Banking and investment services
66120000 Investment banking services and related services Banking and investment services

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
18 July 2014
Deadline date:
22 September 2014 00:00
Notice type:
Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
23 September 2014
Notice type:
Additional Information
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
21/07/2014 11:41
Award Criteria
Please note the award criteria for this project is as detailed below Quality 40% - Weighing to include specification response, presentation and interview as detailed in the ITT Price 60% - further information detailed within the ITT
23/09/2014 11:18
Notice Cancelled
This notice has been cancelled. The original deadline date of 01/09/2014 is no longer applicable.

Unfortunately the Council were unable to conclude the procurement procedure and is therefore re publishing this opportunity utilising the Negotiated Procedure with a Call for Competition. A contract notice has been issued through sell2wales, which you shall be requested to register your interest, as per the guidance detailed in the notice. The reference to the new process is 2014/S 177-313024.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.