Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Banking Services

  • Cyhoeddwyd gyntaf: 15 Medi 2024
  • Wedi'i addasu ddiwethaf: 15 Medi 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-046c41
Cyhoeddwyd gan:
Aberdeenshire Council
ID Awudurdod:
AA20463
Dyddiad cyhoeddi:
15 Medi 2024
Dyddiad Cau:
26 Medi 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Provision of Banking Services for Council(s)

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

UK

Ffôn: +44 1467539600

E-bost: cpssprocurement@aberdeencity.gov.uk

NUTS: UKM50

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.aberdeenshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

I.1) Enw a chyfeiriad

The Highland Council

Glenurquhart Road

Inverness

IV3 5BX

UK

Ffôn: +44 1463702386

E-bost: cpssprocurement@aberdeencity.gov.uk

NUTS: UKM50

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://katie.macaulay@highland.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

I.1) Enw a chyfeiriad

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

UK

Ffôn: +44 1467539600

E-bost: CPSSprocurement@aberdeencity.gov.uk

NUTS: UKM50

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.aberdeencity.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Banking Services

Cyfeirnod: CRM00019845

II.1.2) Prif god CPV

66110000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Provision of Banking Services for Council(s)

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 475 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

66110000

II.2.3) Man cyflawni

Cod NUTS:

UKM5


Prif safle neu fan cyflawni:

Aberdeen City, Aberdeenshire and Inverness

II.2.4) Disgrifiad o’r caffaeliad

Provision of council banking services for the following three councils, Aberdeenshire Council, Aberdeen City Council and The Highland Council. Each Council will have their own contract with the winning bidder.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 475 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Up to 24 months extension options

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Option to extend the contract in total by up to 24 months via a single or multiple extensions.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Question 4A.1 – Bidder is required to provide a certificate from the registrar of companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name.

Must be regulated by the FCA.

Question 4A2A and 4A2b

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Question 4.B.5.1 - It is a requirement of this contract that bidders hold, or can hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers (Compulsory) Liability Insurance minimum of GBP5m

Public Liability Insurance minimum of GBP5m

Professional Indemnity Insurance minimum of GBP5m

Question 4B.6 - The Authority will use the independent credit scoring organisation, Creditsafe, to check the financial status of the Bidders. To minimise risk of failure, the desired risk score should be ‘Below Average Risk’ as a minimum. The Council will take a view on the risk to the project should your credit rating fall below this and may involve further detailed financial checking/assessment.


Lefel(au) gofynnol y safonau sydd eu hangen:

Employers (Compulsory) Liability Insurance minimum of GBP5m

Public Liability Insurance minimum of GBP5m

Professional Indemnity Insurance minimum of GBP5m

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Question 4C.1.2 – relevant experience

Question 4C6 Educational and professional qualification

Question 4C.7 – environmental management measures

Question 4C.10 - Subcontract, if so, for what proportion of the contract.

Question 4D.1 – Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid.

Question 4D.2 - A regularly reviewed documented policy regarding environmental management


Lefel(au) gofynnol y safonau sydd eu hangen:

Question 4C.1.2 – Bidders will be required to be provide 3 examples that demonstrate that they have relevant experience to deliver the service as described in part II.2.4 of the Contract Notice and Appendix 1 of the ITT.

Questions 4C.6 Must be FCA approved/Regulated

Question 4C.7 – Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

-Compliance with all current and foreseeable waste legislation where the Waste Hierarchy is not undermined, including the Waste (Scotland) Regulations 2012.

-Compliance with the requirements of the appropriate Environment Agency and Planning Authority and in accordance with Waste Management Licences, Pollution Prevention and Control (PPC) permits, Planning Conditions, and all other statutory obligations and legal permits, permission and consents which apply for such provision.

- Should any recyclables need to be exported the Contractor shall guarantee that any recyclables to be exported are done so in accordance with Annex 2 of the Council Regulation (EEC) No. 259/93 on the supervision and control of shipments of waste within, into and out of the European Community (the “Green List”) or any subsequent updates or additions to this legislation during the Contract Period.

Question 4C.9 - Bidders will be required to demonstrate that they have (or have access to) the relevant plant or technical equipment to deliver the requirements detailed in II.2.4 of the OJEU Contract Notice and Appendix 1 of the ITT.

Question 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Question 4D.1 – The bidder must have the following:

Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records; and

A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.

The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

Question 4D.2 - The bidder must have the following:

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.1) Gwybodaeth am broffesiwn penodol

PDim ond proffesiwn penodol all gymryd rhan : Ydy

Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:

Must be regulated by the FCA

III.2.2) Amodau perfformiad contractau

Bidders must be able to provide an Account Representative, who will be the primary point of contact between the Bidder and the Council. Contract management and performance review provisions are further detailed below:

The Council will review the performance of the Services from time to time to ensure that they continue to meet the requirements of the Council. The quality of the Services shall be measured by the extent to which they accord with the standards and timescales included within the Specification and the Response and to accepted professional standards.

Routine Contract Performance meetings will take place between the Supplier and the Council every 3 months. The Account Representative will be required to attend these. The frequency of these meetings may be adjusted if required. Ad-hoc meetings may be convened by the council where considered necessary to ensure that the Service is performed in accordance with the statement of requirements and regulatory requirements.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored - Gweithdrefn garlam

Cyfiawnhad:

This is a re-tender of a previously published open tender which was advertised for the full duration required.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-016833

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 26/09/2024

Amser lleol: 14:30

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 26/09/2024

Amser lleol: 14:30

Place:

Aberdeen

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

May 2029

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=777545.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Please complete Appendix 5 Award Questionnaire Method Statement 5 with your Community Benefit offering for this tender.

(SC Ref:777545)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=777545

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Aberdeen Sherriff court

Aberdeen

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/09/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
66110000 Gwasanaethau bancio Gwasanaethau bancio a buddsoddi

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
cpssprocurement@aberdeencity.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.