Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Laura Vivian
Telephone
+44 07467338120
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GFG Asset Management in Scotland (GAMIS)
Reference number
CASE/684653
two.1.2) Main CPV code
- 66171000 - Financial consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government requires business monitoring and contingency planning services in relation to the Lochaber Guarantee and Reimbursement Agreement (GRA) and to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Core Work
Provision of advisory services as may be required to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance. Scottish Government expects to receive regular reports and advice in respect of the guarantee GFG Alliance business situation.
-Regular monitoring of refinancing and relevant advice following advisor meetings with GFG management;
-Monthly project management report and meeting;
-Quarterly accounts report;
-Quarterly Lochaber businesses cashflow reports;
-Quarterly business plan investment review;
-Annual asset re-valuation;
-Expected Credit Loss IFRS9 assessment;
-Annual Guarantee fee review;
Ad-hoc work: The ITT will include scope for officials to request further specific ‘call off’ project activity. Scottish Government may from time-to-time, require the provision of services in respect of a range of ad hoc outputs including reports, evaluations, advice and other commercial services.
Experience:
The Commercial Advisor will require to demonstrate expertise and capability to deliver the indicative requirements outlined in the key information about the requirement.
The Commercial Advisor will be expected to:
i. Have relevant experience and expertise in relation to steel and aluminium industries;
ii. Have relevant experience in power generation industry, energy markets and a robust knowledge of energy price forecasting.
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 35
Quality criterion - Name: Staffing And Capability / Weighting: 30
Quality criterion - Name: Timetable And Delivery / Weighting: 15
Quality criterion - Name: Cyber Security (M) / Weighting: 10
Quality criterion - Name: Climate Emergency / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial duration will be 24 months with an option to extend the contract for an additional 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Bidders must demonstrate a Current Ratio of no less than 1.0. Current Ratio will be calculated as follows: Net current
assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent
company satisfies the financial requirements stipulated above.
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types of insurance indicated below.
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 1 000 000 GBP.
Professional Indemnity Insurance = 1 000 000 GBP.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-015635
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Question Scoring Methodology for Award Criteria outlined in Invitation to Tender.
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on
how the requirements will be fulfilled.
4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must
complete and reattach the SPD Supplier Response Form attached to SPD.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761 and the ITT code is 37790. For more information
see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.
targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term
unemployed and young people) as part of your proposed workforce for this project;
support for existing Charity and Third Sector Organisations that deliver benefits to the communities
Use of SMEs or supported businesses as part of your supply chain
up-skilling the existing workforce;
equality and diversity initiatives;
educational support initiatives.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:752968)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom