Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
UK
Telephone: +44 1414686024
E-mail: joanne.napier@scotent.co.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.scottish-enterprise.com/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SE Pension Scheme Trustee Services: Investment Consulting Service
Reference number: P24-0106
II.1.2) Main CPV code
66523000
II.1.3) Type of contract
Services
II.1.4) Short description
The Trustees of the Scottish Enterprise Pension & Life Assurance Scheme (the Scheme) are tendering to appoint a single supplier for provision of an Investment Consulting Service for the period 1st October 2024 to 30th September 2027 with the option to extend until 30th September 2028.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 200 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
66131100
66141000
66520000
66522000
66523000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Trustees of the Scottish Enterprise Pension & Life Assurance Scheme (the Scheme) are to tender for the provision of a Investment Consulting Service for the period 1st October 2024 to 30th September 2027 with the option to extend until 30th September 2028. Parties believing they have appropriate capability should respond to this invitation to tender.
The Scheme Trustees are looking for a value for money provider, albeit quality of service and personnel will be as important as price.
The trustees are seeking a good mix of innovation and pragmatism in their service provider.
II.2.5) Award criteria
Quality criterion: Added Value
/ Weighting: 19
Quality criterion: Team capbility and structure
/ Weighting: 18
Quality criterion: Understanding of requirements
/ Weighting: 17
Quality criterion: Methodology - features of approach
/ Weighting: 16
Quality criterion: Operational management, management processes, efficiency of systems, risk management
/ Weighting: 10
Quality criterion: Information Security
/ Weighting: 10
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Prompt Payment
/ Weighting: Pass/Fail
Price
/ 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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2024/S 000-010117
Section V: Award of contract
Contract No: P24-0106
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/07/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Isio
110 George Street
Edinburgh
EH2 4LH
UK
Telephone: +44 7717643809
NUTS: UK
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:
: 1 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
THIS IS THE CONTRACT AWARD NOTICE.
This is a relevant climate change contract, bidders are required to complete and return the attached Climate Change Plan template.
SPD Statement for 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar).
Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
SPD Statement for 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.
SPD Statement for 2D.1.2 – If the bidder proposes to subcontract any part(s) of the service and those sub-contractors are not relied upon, they should arrange for a separate SPD response from each potential subcontractor. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion. [This may be requested at the selection stage or prior to the subcontractor commencing work on the contract.]
(SC Ref:772942)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place,
Glasgow
G5 9DA
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.uk
Internet address(es)
URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us.
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the High Court.
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.uk
Internet address(es)
URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.5) Date of dispatch of this notice
19/07/2024