Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
21 Russell Crescent
Bathgate
EH48 2GN
Contact
Joanne Napier
Telephone
+44 1414685600
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.scottish-enterprise.com/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Growth Investment Support Services Framework
Reference number
P24-0099
two.1.2) Main CPV code
- 79412000 - Financial management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this ITT is to appoint an anticipated number of up to 4 suppliers over 2 Lots to deliver periodic expert support a range of different investment management, accounting, and corporate finance interventions as detailed in the Scope of Services section in the Invitation To Tender.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Bespoke Investments
Lot No
1
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
- 79412000 - Financial management consultancy services
- 66122000 - Corporate finance and venture capital services
- 66171000 - Financial consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Growth Investments (GI) team has a periodic requirement for expert and specialist expertise on specific projects to supplement and complement the team in the delivery of time-critical activities across all areas of the business. Successful delivery of GI’s objectives relies upon considerable market knowledge and expertise, and the support services framework will ensure that the GI team has immediate access to specialist expertise as and when required.
The work covered under the framework will cover a range of different investment management, accounting, and corporate finance interventions across all areas of GI.
Lot 1 will be a single supplier Lot which will cover the more complex instructions which would typically be of a value around GBP50k and above where the deal is outwith our equity funds and where SE is a co-lead or sole investor.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail
Quality criterion - Name: Roles and responsibilities of project team, including capacity to deliver / Weighting: 25
Quality criterion - Name: Investment market knowledge / Weighting: 20
Quality criterion - Name: Understanding of project requirements and methodology, including tools and techniques, that will be used when providing the service / Weighting: 20
Quality criterion - Name: Knowledge of Scotland’s growth sectors and of working with SMEs / Weighting: 15
Quality criterion - Name: Information Security (ACP Level 2) / Weighting: 10
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.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
This framework will be for an initial period of 36 months with the option to extend for a further 12 months if required
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
two.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.
two.2) Description
two.2.1) Title
Core Funding Investments
Lot No
2
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 66122000 - Corporate finance and venture capital services
- 79400000 - Business and management consultancy and related services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Growth Investments (GI) team has a periodic requirement for expert and specialist expertise on specific projects to supplement and complement the team in the delivery of time-critical activities across all areas of the business. Successful delivery of GI’s objectives relies upon considerable market knowledge and expertise, and the support services framework will ensure that the GI team has immediate access to specialist expertise as and when required.
The work covered under the framework will cover a range of different investment management, accounting, and corporate finance interventions across all areas of GI.
Lot 2 will be appointed to up to 3 suppliers Lot which will cover the lower value, more frequent pieces of work.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail
Quality criterion - Name: Roles and responsibilities of project team, including capacity to deliver / Weighting: 25
Quality criterion - Name: Investment market knowledge / Weighting: 20
Quality criterion - Name: Understanding of project requirements and methodology, including tools and techniques, that will be used when providing the service / Weighting: 20
Quality criterion - Name: Knowledge of Scotland’s growth sectors and of working with SMEs / Weighting: 15
Quality criterion - Name: Information Security (ACP Level 2) / Weighting: 10
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.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
The framework will be for an initial period of 36 months with the option to extend for a further 12 months if required.
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
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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.
three.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.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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: 2021/S 000-030415
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
18 April 2024
Local time
11:00am
Changed to:
Date
24 April 2024
Local time
11:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
18 April 2024
Local time
11:00am
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
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.]
This is a relevant climate change contract, bidders are required to complete and return the attached Climate Change Plan template.
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=759863.
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:759863)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759863
six.4) Procedures for review
six.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
Telephone
+44 1414298888
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
six.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.
six.4.4) Service from which information about the review procedure may be obtained
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries