Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Gary Crombie
Telephone
+44 7392287522
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Financial administration and management of Scottish Government heat and energy efficiency grant and loan schemes
Reference number
Case Ref 593743
two.1.2) Main CPV code
- 71314300 - Energy-efficiency consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking a service provider to undertake the financial administration and management of a number of its heat and energy efficiency loan and grant schemes
two.1.5) Estimated total value
Value excluding VAT: £61,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66172000 - Financial transaction processing and clearing-house services
- 66190000 - Loan brokerage services
- 79940000 - Collection agency services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government is seeking a suitably qualified and experienced Service Provider to undertake the financial administration and management of a number of the Purchaser’s loan and grant schemes, as described herein.
The required services include the processing of, and decision-making on, applications for those loan and grant schemes that are open during the course of the contract. It also includes the associated administration of loan and grant payments and repayments, including the repayment of outstanding loans from loan schemes which are either closed at contract start date or which close to new applications during the course of the contract.
The Contract has a maximum value of 61.5 million GBP if all extension options are taken up. It should be noted, however, that contract value is a function of demand, and that total demand cannot be accurately forecast
The purchaser is unable to provide any guarantee relating to application volumes but expects application volumes in year 1 of the contract across all live schemes to potentially range between 10,000 – 15,000, whilst applications in a potential year 5 of the contract have the potential to exceed 25,000.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 35
Quality criterion - Name: Management Staffing and Resourcing / Weighting: 10
Quality criterion - Name: Service Management / Weighting: 30
Quality criterion - Name: Climate Change / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fairwork First / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Quality criterion - Name: Cyber Security / Weighting: 5
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £61,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2023
End date
30 November 2026
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended for a further 24 month optional extensions to be taken up at Scottish Ministers discretion
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract can be extended for a further 24 months optional extensions to be taken up at Scottish Ministers discretion
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
Cyber Security will be scored on a 0-4 basis Tenderers must score a minimum moderated average of 2 to be taken forward to price quality ratio.
Tenderers must be Financial Authority Conduct registered at the time of contract award
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
Tenderers must be registered by the Financial Conduct Authority at the time of contract award.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
SPD 4B.4
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.
SPD Statement for 4B.5
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any
contract, the insurances indicated below:
Employer's (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance = 1 million GBP
Professional Indemnity Insurance = 5 million GBP
Cyber Insurance = 1 million GBP
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
It shall be a condition of the Contract that, if required by the Scottish Government, the appointed Service Provider shall deliver a validly
executed Parent Company Guarantee in the form set out in the tender documents.
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 000-010369
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 June 2023
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
13 June 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
SPD will be scored on a pass/fail basis.
The contract award criteria will be Price 30%/Quality 70 %.
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.
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
questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the SPD
form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet
been identified, this information may be required at a later
date. Scottish Government reserves the right to request this information from relevant parties upon whom the
main bidder will not rely to fulfil selection criteria.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the
contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22685. 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
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:
Community Benefits will be a scored Evaluation Criteria
SGPT Community Benefits Guidance - June 2021
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.
Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the
community benefits proposed must be generated specifically for and as a result of this contract.
Good answers will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and
how the proposed benefits will reflect the national outcomes described in the Specification.
Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.
(SC Ref:716757)
six.4) Procedures for review
six.4.1) Review body
Sherrif House
27 Chamber Street
Edinburgh
Country
United Kingdom