Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5NX
  UK
  
            Contact person: Commercial and Procurement Shared Service
  
            Telephone: +44 1467530600
  
            E-mail: CPSSprocurement@aberdeencity.gov.uk
  
            NUTS: UKM50
  Internet address(es)
  
              Main address: http://www.highland.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/authority/noticecreate/Question602.aspx?ID=811935
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/authority/noticecreate/Question602.aspx?ID=811935
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
Provision of Treasury Management Advisory Services
            Reference number: HC/COR/TM/2025
  II.1.2) Main CPV code
  66600000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Highland Council are inviting tenders for Treasury Management Advisory Services for a three-year period, with an option to extend by a further period of up to twelve months.
  II.1.5) Estimated total value
  Value excluding VAT: 
			88 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    66600000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Inverness
    II.2.4) Description of the procurement
    The Highland Council are inviting tenders for Treasury Management Advisory Services for a three-year period, with an option to extend by a further period of up to twelve months.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 70
    
                    Price
                    
                      / Weighting: 
                      30
    II.2.6) Estimated value
    Value excluding VAT: 
			88 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    12 month option to extend
    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:
            
              Yes
            
    Description of options:
    1 x12 month extension period
    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 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 Service Provider must be authorised and regulated by the Financial Conduct Authority (“FCA”) and is entered on the FCA register.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The Bidder is required to provide the Authority with the following;
  - “general” yearly turnover for the last financial three (3) years in the business area covered by the Contract; SPD 4B1a
  “specific” turnover for the last financial three (3) years in the business area covered by the Contract; SPD 4B2a
  The Authority will undertake a credit rating review of the successful bidder.
  If in the opinion of the Authority there is too great a risk involved in contracting with an organisation, then the organisation shall Fail the Qualification – SPD.
Minimum level(s) of standards required:
  Minimum level(s) of standards required:
  The Contractor must hold (or be willing to arrange) the following insurances throughout the duration of any contract with the Authority:
  - Employers Liability Insurance of not less than 5 MILLION POUNDS (GBP 5,000,000) STERLING in respect of each claim, without limit to number of claims and to comply with all relevant statutory requirements;
  - Public Liability Insurance of not less than 5 MILLION POUNDS (GBP 5,000,000) STERLING in respect of each claim, without limit to number of claims;
  - Professional Indemnity Insurance to the value of 2 million pounds (GBP 2,000,000) STERLING in respect of each claim, without limit to number of claims
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  The Service Provider must be authorised and regulated by the Financial Conduct Authority (“FCA”) and is entered on the FCA register.
  The Service Provider shall ensure that all personnel and other persons providing the Services are at all times properly and sufficiently qualified, competent, careful, skilled, honest, experienced, instructed and supervised as the case may be with regard to the Services and in particular to ensure adequate discharge of the Service Provider’s obligation in relation to:
  - The task or tasks such a person has to perform;
  - All relevant provisions of the agreement; and
  - All relevant policies, rules, procedures and standards of the Council
 
III.2) Conditions related to the contract
  III.2.1) Information about a particular profession
  
                  Participation is reserved to a particular profession: Yes
                
  Reference to the relevant law, regulation or administrative provision:
  The Service Provider must be authorised and regulated by the Financial Conduct Authority (“FCA”) and is entered on the FCA register.
  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:
              07/11/2025
  
                Local time: 17:00
  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: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              07/11/2025
  
              Local time: 17:00
  Place:
  Inverness
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
September 2029
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
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=811935.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
See Invitation to Tender documents
(SC Ref:811935)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=811935
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Sheriff Court
    Inverness
    UK
   
 
VI.5) Date of dispatch of this notice
08/10/2025