Contract

GFG Asset Management in Scotland (GAMIS)

  • Scottish Government

F03: Contract award notice

Notice identifier: 2024/S 000-015517

Procurement identifier (OCID): ocds-h6vhtk-03d323

Published 16 May 2024, 9:18am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5, Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Laura Vivian

Email

laura.vivian@gov.scot

Telephone

+44 07467338120

Country

United Kingdom

NUTS code

UKM - Scotland

National registration number

Case/684653

Internet address(es)

Main address

http://www.scotland.gov.uk

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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000

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.2.11) 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

Contract for 24 months with optional 12 month extension period to final date of 06/05/2027.


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: 2024/S 000-002591


Section five. Award of contract

Contract No

CASE/684653

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Deloitte LLP

2, NEW STREET SQUARE

London

EC4A 3BZ

Telephone

+44 02073030913

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000


Section six. Complementary information

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

(SC Ref:766798)

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