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 Award Notice

Framework Agreement for the Provision of Banking Services

  • First published: 20 October 2021
  • Last modified: 20 October 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Bury Council
Authority ID:
AA20449
Publication date:
20 October 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bury Council is leading a procurement process on behalf of AGMA, its associates and other named authorities to establish a procurement framework with a single provider to deliver Banking Services. The participating authorities are Blackpool, Bolton, Bury, Manchester, Rochdale, Salford, Tameside, Trafford and Wigan Councils, GM Fire & Rescue, the Greater Manchester Combined Authority, Transport for Greater Manchester, Kirklees Council, and West Yorkshire Fire & Rescue. Other AGMA authorities (Oldham and Stockport), joint bodies (GM Police and GM Waste Disposal Authority) and associates (Cheshire East and Warrington) are entitled to call-off from this framework if they so wish, however their requirements do not form part of the initial scope. Each Organisation that wishes to use the framework will enter into their own contract with the successful bidder by way of a call-off order. The framework agreement is for a four year period from September 2021. The wholly owned companies and Arms-Length Management Organisations (ALMOs) of the above-mentioned organisations are also entitled to use this framework. Tameside Council is the Administering Authority for the GM Pension Fund, whose requirements may also be called off under this framework. This procurement covers the core banking requirements of the participating authorities. The requirements relate primarily to core banking services.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Bury Council

Town Hall, Knowsley Street

Bury

BL9 0SW

UK

Contact person: Miss Lucinda Kay

Telephone: +44 1612535744

E-mail: l.kay@bury.gov.uk

NUTS: UKD3

Internet address(es)

Main address: http://www.bury.gov.uk/

Address of the buyer profile: http://www.bury.gov.uk/

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

Framework Agreement for the Provision of Banking Services

Reference number: DN544060

II.1.2) Main CPV code

66110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Bury Council is leading a procurement process on behalf of AGMA, its associates and other named authorities to establish a procurement framework with a single provider to deliver Banking Services. The participating authorities are Blackpool, Bolton, Bury, Manchester, Rochdale, Salford, Tameside, Trafford and Wigan Councils, GM Fire & Rescue, the Greater Manchester Combined Authority, Transport for Greater Manchester, Kirklees Council, and West Yorkshire Fire & Rescue. Other AGMA authorities (Oldham and Stockport), joint bodies (GM Police and GM Waste Disposal Authority) and associates (Cheshire East and Warrington) are entitled to call-off from this framework if they so wish, however their requirements do not form part of the initial scope. Each Organisation that wishes to use the framework will enter into their own contract with the successful bidder by way of a call-off order. The framework agreement is for a four year period from September 2021. The wholly owned companies and Arms-Length Management Organisations (ALMOs) of the above-mentioned organisations are also entitled to use this framework. Tameside Council is the Administering Authority for the GM Pension Fund, whose requirements may also be called off under this framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 5 000 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Bury Council is leading a procurement process on behalf of AGMA, its associates and other named authorities to establish a procurement framework with a single provider to deliver Banking Services. The participating authorities are Blackpool, Bolton, Bury, Manchester, Rochdale, Salford, Tameside, Trafford and Wigan Councils, GM Fire & Rescue, the Greater Manchester Combined Authority, Transport for Greater Manchester, Kirklees Council, and West Yorkshire Fire & Rescue. Other AGMA authorities (Oldham and Stockport), joint bodies (GM Police and GM Waste Disposal Authority) and associates (Cheshire East and Warrington) are entitled to call-off from this framework if they so wish, however their requirements do not form part of the initial scope. Each Organisation that wishes to use the framework will enter into their own contract with the successful bidder by way of a call-off order. The framework agreement is for a four year period from September 2021. The wholly owned companies and Arms-Length Management Organisations (ALMOs) of the above-mentioned organisations are also entitled to use this framework. Tameside Council is the Administering Authority for the GM Pension Fund, whose requirements may also be called off under this framework. This procurement covers the core banking requirements of the participating authorities. The requirements relate primarily to core banking services.

II.2.5) Award criteria

Quality criterion: Response to the service specification comprising Account Operations, Branch Network, Payments, Income, Electronic Banking / Weighting: 20.8

Quality criterion: Response to the service specification comprising Relationship Management, Service Standards & Reporting / Weighting: 4.8

Quality criterion: Response to the service specification comprising Implementation Approach & Impact / Weighting: 7.2

Quality criterion: Response to the service specification comprising Innovation / Weighting: 3.2

Quality criterion: Response to the service specification comprising Business Continuity & Resilience / Weighting: 4

Quality criterion: Social Value / Weighting: 20

Cost criterion: Total cost of the contract over 5 year period / Weighting: 40

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-012044

Section V: Award of contract

Contract No: DN544060

Title: Framework Agreement for the Provision of Banking Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/10/2021

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Barclays Bank plc

1026167

1 Churchill Place, Canary Wharf

London

E14 5HP

UK

NUTS: UKD3

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 5 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Bury Council

Bury

UK

VI.4.2) Body responsible for mediation procedures

Bury Council

Bury

UK

VI.5) Date of dispatch of this notice

19/10/2021

Coding

Commodity categories

ID Title Parent category
66110000 Banking services Banking and investment services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
l.kay@bury.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.