Contract notice

Information

Published

Date of dispatch of this notice: 20/07/2020

Expire date: 21/08/2020

External Reference: 2020-541527

TED Reference: 2020/S 141-348192

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Malcolm de Vela
Telephone: +44 79263591
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33815&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Banking Services
II.1.2)

Main CPV code

66110000  -  Banking services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Council requires a bank to provide a corporate banking service to manage the £2.2 billion funds that it receives and the estimated £1.2 billion that it pays out on an annual basis. The service must be capable of meeting the requirements of all divisional directorates across the Council, including a number of Lambeth schools. The service must be capable of safeguarding the Council’s financial assets, deliver ethical banking, whilst delivering value for money.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66100000  -  Banking and investment services
66110000  -  Banking services
66111000  -  Central bank services
II.2.4)

Description of the procurement

The Council requires a bank to provide a corporate banking service to manage the £2.2 billion funds that it receives and the estimated £1.2 billion that it pays out on an annual basis. The service must be capable of meeting the requirements of all divisional directorates across the Council, including a number of Lambeth schools. The service must be capable of safeguarding the Council’s financial assets, deliver ethical banking, whilst delivering value for money.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2021  /  End:
This contract is subject to renewal: yes
Description of renewals:  
The anticipated term of the contract is 5 years, commencing on the 1 April 2021 to 31 March 2026, with an option to extend by a further 2 years to 31 March 2028, subject to satisfactory performance and delivery of key performance indicators.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Minimum level(s) of standards possibly required:  
The Provider must be:
- A Retail Bank based in the UK, and;
- Credit Rated by either Moody’s / Standard & Poors / Fitch
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/08/2020
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/09/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
The anticipated term of the contract is 5 years, commencing on the 1 April 2021 to 31 March 2026, with an option to extend by a further 2 years to 31 March 2028
VI.4)

Procedures for review

VI.4.1)

Review body

The Royal Court of Justice
The Strand
London
WC2A 2LL
UK