Provision of Financial Services

Award

Value

£0

Classifications

  • Financial and insurance services
  • Financial consultancy, financial transaction processing and clearing-house services
  • Financial transaction processing and clearing-house services
  • Financial management consultancy services

Tags

  • award
  • contract

Published

2 years ago

Description

This is a Voluntary Ex Ante Transparency Notice to inform the market that Avon Fire Authority, operating as Avon Fire & Rescue Service, is intending to award a public contract by use of the negotiated procedure without prior publication, in accordance with Regulation 32 of The Public Contracts Regulations 2015.
The object of the public contract is the provision of financial services, which is a public service contract.
The general grounds are that the services can be supplied only by a particular economic operator, namely Bristol City Council, for the following reason:
‘Competition is absent for technical reasons’ – this is explained below in the ‘Description of the procurement’.
The Authority’s intention to award the contract is also covered by Regulation 72(1)(b) of The Public Contracts Regulations 2015 which allows for ‘modification of contracts during their term’ without a new procurement procedure due to ‘technical reasons’.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Engineering & Regeneration Professional Services Framework

Hull City Council (The Authority) is seeking tenders from interested organisations for the Engineering & Regeneration Professional Services Framework. The Authority is developing an Open Framework which will consist of a range of Suppliers and specialisms to provide Engineering and Regeneration Professional Services. The tender is an open tender procedure consisting of one stage process. The contract is anticipated to commence 1st February 2026 ending by 31st January 2033. Further information regarding opening and closing of Frameworks is contained within Tender documentation (ITT Part 1) and will comply with Chapter 4, Section 49 of the Procurement Act 2023. The The Authority has estimated the value of the Services to be approximately £11,500,000.00 per annum. The estimated value is given in good faith to assist tenderers in making their submissions, it should not be interpreted as an undertaking to purchase any goods, services or works to any particular value by the Authority and does not form part of the Contract. The Framework will be divided into following Lots: Lot 1a - Bridges and Structures Planned Programme Delivery. Lot 1b - Bridges and Structures General Professional Services. Lot 1c - Complex Bridges Lot 2 – Highways and Civil Engineering. Lot 3a – Building Construction. Lot 3b - Housing Strategy and Appraisal Services. Lot 4a - Economic and Financial Modelling. Lot 4b - Valuation and Benchmarking Works. Lot 5 – Quantitative and Qualitative Project Output Analysis. Lot 6 – Heritage and Conservation. Lot 7 – Multi-disciplinary Team and Project Delivery (Bridges, Highways and Civil Engineering and Building Construction). Lot 8 - Decarbonisation of Council Buildings and Land - Site assessment and Feasibility. Further information is contained within the tender documentation. Please ensure all tender submission documents are completed as detailed. Incomplete bids will be eliminated from further process.

Katy Reed

Published 1 day ago
Open

BT272 - Technology Enabled Living EcoSystem

Bi-borough Adult Social Care (RBKC & WCC) are exploring how to transform their approach to technology enabled living (TEL). We are seeking to understand the key opportunities, the most effective ways of realising those opportunities, the costs involved in undertaking transformation and fundamentally the return on investment. We are exploring the affordability of utilising specialist expertise from the marketplace to make this happen. We are seeking consultancy insight on costings, timings and the key activities that will be required for: 1) Developing the financially optimum operating and procurement model for the Bi-borough setting. A model that sets out a comprehensive and systematic way of prescribing, distributing, monitoring, collecting and recycling of TEL/TECH devices. A model that ensures optimum data insights and facilitates evidence led service decisions. 2) Developing the robust financial case for adopting the recommended model, setting out the immediate and long-term costs and the expected return on investment through adopting the recommended model. 3) Identify and deliver on short term cashable saving opportunities through the deployment of TEL/TECH devices. The intelligence provided will inform internal decision making as to the affordability of consultancy support with the anticipation that this enables an informed budget for a formal sourcing exercise. If your organisation is interested in this area, please complete the the short questionnaire provided. The information provided will help shape a future procurement exercise to secure the services.

Katy Reed

Published 1 day ago
Open

Payment Exception Service - Planned Procurement Notice

This is a new Planned Procurement Notice to supersede the previous UK2 Notice. Please refer to previous Notices if necessary. Link - https://www.find-tender.service.gov.uk/Notice/034109-2025 DWP is procuring a Supplier to create and operate a system (the "Payment Exception Service") which will allow benefit and pensions recipients (which DWP refers to as “Customers”) without bank accounts to receive payment of entitlement through an alternate method of payment. The service is required to fulfil the Secretary of State obligation to pay benefit and pensions payments on time, on the due date, to the correct customer. Customers will need to be able to access their payments in cash at a wide range of geographical locations. Suppliers will need to ensure comprehensive coverage, which DWP will further define in the Tender Notice. The geographical scope of the Payment Exception Service will be for Great Britain and Northern Ireland. Benefit payments are usually paid weekly, monthly or 4 weekly. This will be a “Payment Service” as defined by the Payment Services Regulations 2017. DWP considers that a simple and robust delivery model is the best way to ensure that particularly vulnerable customers can access their payments. To meet the Governments mission-led focus, DWP’s ambition is to ensure that only customers who genuinely need the service are relying on PES over the coming years. Customers who are able to should be paid by alternative means, to help support them to become financially included. Consequently, it is intended that DWP will include within the specification business requirements which will have as their aim the lowering of the number of people depending on the PES. DWP estimate the date for suppliers to submit Tenders in this Competitive Flexible Procurement will be early to mid-September 2025 (Tender Submission Date.) It is not envisaged that there will be a separate “Request to Participate” stage. Conditions of Participation will be set out in the Tender Notice and bids will be assessed based on legal, financial capacity and technical ability. DWP strongly advise that potential suppliers review the Conditions of Participation and the fundamental requirements carefully before compiling a full bid as failure to meet these requirements may result in your bid being excluded. Tender Documents may be obtained via DWP e-procurement system. Further details will be provided at Tender stage. DWP will not be conducting any further Market Engagement in respect of this procurement, as DWP has recently conducted Market Engagement in respect of the services to be included in this procurement. This was completed in the previous procurement as detailed above. Any Conditions of Participation that DWP require will be added to the Tender Notice. a)This notice does not relate to a special regime contract. b)An electronic auction will not be used for this procurement. c)The contract is a contract for which the United Kingdom has obligations under the GPA and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). d)The contract is not awarded by reference to lots.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete