Contract

Banking Services

  • Glasgow City Council

F20: Modification notice

Notice identifier: 2025/S 000-062450

Procurement identifier (OCID): ocds-h6vhtk-05a89d

Published 6 October 2025, 11:44am



Section one: Contracting authority/entity

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

caroline.dougan@glasgow.gov.uk

Telephone

+44 1412876845

Fax

+44 1412879399

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Banking Services

Reference number

GCC004348CPU

two.1.2) Main CPV code

  • 66110000 - Banking services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 66110000 - Banking services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement at the time of conclusion of the contract:

The council is seeking a comprehensive banking service which includes the maintenance of the council’s bank accounts, electronic banking, BACS and CHAPS clearing, Faster Payments, cash processing, foreign payments and currency, provision of corporate credit cards, provision of pre-paid cards and other activities associated with local authority banking business.

The following Affiliated Bodies will participate in this contract:Community Safety Glasgow Ltd; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; Cordia (Services) LLP; City Property (Glasgow) LLP; City Building (Glasgow) LLP. Full detail can be found within the ITT.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 January 2019

End date

31 December 2025

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2019/S 128-313881


Section five. Award of contract/concession

Contract No

GCC004348CPU

Title

Banking Services

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

10 September 2018

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

ROYAL BANK OF SCOTLAND

24 ST ANDREW SQUARE

EDINBURGH

EH2 1AF

Telephone

+44 1315233505

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £893,000


Section six. Complementary information

six.3) Additional information

Re ESPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 and 4D2.2; applicants must hold the certificates for Qual. Control,H&S and Environ Mng. Standards or comply with all the questions noted in ESPD Sect. 4D. Please refer to the 'ESPD Statements Document' uploaded to the buyers attach. area on PCS-T.

Freedom of Info. Act-Information on the FOI Act is contained in Append. A of the ITT. Applicants must note the implications of this legislation and ensure that any info they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attach. area within the PCST portal (NB the council does not bind itself to withhold this info).Tenderers Amendments- Applicants must enter any clause,condition,amendment to specification or any other quals they may wish to make conditional to this offer. Applicants will be req’d to complete the tenderers amend. certificate that is contained within the buyers attach. area within PCST ortal.Prompt Payment -The successful tenderer shall,as a condition of being awarded the tender,be req’d to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a min.invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors,if any. Applicants will be req’d to complete the prompt payment certificate contained in the buyers attach. area within PCST portal.Non Collusion -Applicants will be req’d to complete the Non Collusion certificate contained in the buyers attach. area within the PCS Tender portal.Insurance Mandate-All successful suppliers will be req’d to sign an Insurance Mandate,contained in the buyers attach. area within the PCS Tender portal authorising the Council to request copies of insurance docs from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.Draft T&C’s are located within the buyers attach. area within the PCST portal.Additional info pertaining to this contract notice is contained in the ITT and ESPD statement documents situated within the buyers attach. area of PCS-T. Bidders must ensure they read these docs in line with this contract notice.

(SC Ref:810743)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 66110000 - Banking services

seven.1.3) Place of performance

NUTS code
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

seven.1.4) Description of the procurement:

The council is seeking a comprehensive banking service which includes the maintenance of the council’s bank accounts, electronic banking, BACS and CHAPS clearing, Faster Payments, cash processing, foreign payments and currency, provision of corporate credit cards, provision of pre-paid cards and other activities associated with local authority banking business.

The following Affiliated Bodies will participate in this contract:Community Safety Glasgow Ltd; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; Cordia (Services) LLP; City Property (Glasgow) LLP; City Building (Glasgow) LLP. Full detail can be found within the ITT.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

1 January 2026

End date

31 December 2026

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£127,571.34

seven.1.7) Name and address of the contractor/concessionaire

ROYAL BANK OF SCOTLAND

24 ST ANDREW SQUARE

EDINBURGH

EH2 1AF

Telephone

+44 1315233505

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The contract requirements remain unchanged, the same services will continue to be delivered by the supplier for a further 12 months.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

The council is currently in the process of undertaking major projects to update critical financial infrastructure systems. These major projects are at a critical stage and system integrity and stability is imperative, as such no conflicting major change projects can be undertaken at this time due to the risk posed to the successful completion of the implementation and migration to the new infrastructure system. A change of banking provider has been identified as a conflicting change project and would present a significant risk due to the integration works required. Additionally to change banking provider at this stage the council would incur costs which are anticipated would be duplicated once the new system infrastructure becomes operational.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £127,571.34

Total contract value after the modifications

Value excluding VAT: £1,020,571.34