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 |
Procurement Services
Helen Sellwood |
+44 1443863161 |
sellwhl@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272
https://www.proactisplaza.com/supplierportal
https://www.proactisplaza.com/supplierportal
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision 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 contract6 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Within the bounderies of Caerphilly County Borough
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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)
The Council are seeking to appoint a single service provider for the Provision of Banking Services and Merchant Card Services.
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=14868.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
66100000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeThe Council published a contract notice for the provision for Banking and Merchant Card Services utilising the Open Procedure. Unfortunately the Council were unable to conclude that procurement procedure and is therefore re publishing this opportunity utilising the Negotiated Procedure with a Call for Competition.
The Council is seeking to appoint a Bank provider for its Corporate Banking Services to include transactional banking and merchant card services. The Council is seeking to award a single contract covering the full range of services as clearly detailed within the ITT. For the avoidance of doubt the Council will not be negotiating on the services required under the contract as clearly detailed within the ITT under the negotiated procedure.
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 a three stage Negotiated Procedure with a call for competition 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.
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 stage
The award methodology will be based upon the Most Economical Advantageous Tender submission received utilising a criteria of Cost and Quality with the following % attributed to each area:
Cost 60% weighting
Quality 40% Weighting, to include specification response, presentation and interview.
The evaluation stage will consist of scored questions. Full details of the evaluation process are available within the ITT.
Stage Three – Preferred Bidder Stage (Negotiation Stage)
At this stage all relevant terms and conditions will be negotiated between the preferred bidder and the Council. For the avoidance of doubt in the event that there are elements of any terms and conditions that cannot be agreed by both parties, then the Council shall proceed to the second provider and so forth.
Service providers interested in participating in this procurement process must express an interest by sending an email to Helen Sellwood (Principal Procurement Officer), email address - sellwhl@caerphilly.gov.uk no later than 12:00 hours on Friday 26 September 2014.
Please be aware any expressions of interest received after this time and date shall not be invited to participate within this procurement process.
The procurement will be conducted via the Council’s e-tender system Proactis Plaza and all documentation will be available to those Service providers that expressed an interest as set out above from Monday 29 September 2014.
The closing time and date for receipt of tender submissions is 12:00 hours on Friday 17 October 2014. Please note no submissions can be received or accepted after the stated deadline. |
|
|
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.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
The Council published a contract notice for the provision for Banking and Merchant Card Services utilising the Open Procedure. Unfortunately the Council were unable to conclude that procurement procedure and is therefore re publishing this opportunity utilising the Negotiated Procedure with a Call for Competition. The Council needs to conclude an urgent process to ensure a contract can be let in accordance with EU Procurement Legislation.
|
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 participate3 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Cost |
60 |
|
Quality |
40 |
|
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/PS1295/14/HS
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications2014/S 139-249696 18-07-2014 |
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 26-09-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 29-09-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
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
Additional Information
The procurement will be conducted via the Council’s e-tender system Proactis Plaza and all documentation will be available to those Service providers that expressed an interest as set out above from Monday 29 September 2014.
E-Tender System Proactis Plaza
Service providers, who have expressed an interest to tender and have not previously registered their company profile on the E-Tender System Proactis Plaza, must complete prior to the date for issue of tender documents, following point 1 to 10 as detailed below.
On Monday 29 September 2014, an email shall be issued through Proactis plaza to providers who expressed an interest to inform that the tender is live. To access the tender documents, providers need to follow the process from point 11 below.
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; Click the "Requests from Buyers" option on the left hand side of the screen.
12. Click the Project 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 system 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
The closing time and date for receipt of tender submissions is 12:00 hours on Friday 17 October 2014. Please note no submissions can be received or accepted after the stated deadline.
Community Benefits for this arrangement are a non-scored, non-core requirement and must be delivered in a cost neutral way. Therefore the Council does not anticipate incurring any additional cost as a result of Suppliers delivering any Community Benefits. If Suppliers do consider there to be any additional costs to delivering Community
Benefits they must provide full details as part of their method statement response for the Council to consider.
(WA Ref:14868)
|
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 11-09-2014 |