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 Notice

SE Pension Scheme Trustee Services: Investment Consulting Service

  • First published: 28 March 2024
  • Last modified: 28 March 2024

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:
ocds-h6vhtk-044dc7
Published by:
Scottish Enterprise
Authority ID:
AA22062
Publication date:
28 March 2024
Deadline date:
01 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publiccontractsscotland.gov.uk


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.1.5) Estimated total value

Value excluding VAT: 1 200 150.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

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

Criteria below:

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.2.6) Estimated value

Value excluding VAT: 1 200 150.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

It is anticipated that the contract will start on 1 October 2024 for a period of 36 months, with an option to extend for a further 12 months if required.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The relevant selection criteria will be included in the SPD Scotland module.

Q4A1 - The bidder is required to be registered with the Financial Conduct Authority or equivalent.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The relevant selection criteria will be included in the SPD Scotland module.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

The relevant selection criteria will be included in the SPD Scotland module.


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/05/2024

Local time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/05/2024

Local time: 11:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.]

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=761305.

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.

(SC Ref:761305)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=761305

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

27/03/2024

Coding

Commodity categories

ID Title Parent category
66522000 Group pension services Pension services
66523000 Pension fund consultancy services Pension services
66141000 Pension fund management services Portfolio management services
66131100 Pension investment services Security brokerage services
66520000 Pension services Insurance and pension 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:
joanne.napier@scotent.co.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.