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