Tender

Investment in Charitable Bonds

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-020093

Procurement identifier (OCID): ocds-h6vhtk-035525

Published 25 July 2022, 9:48am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

Country

United Kingdom

NUTS code

UKM - Scotland

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Investment in Charitable Bonds

Reference number

Case 593564

two.1.2) Main CPV code

  • 66190000 - Loan brokerage services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government (SG) is committed to supporting the third sector in Scotland. The third sector has a direct impact on the growth of Scotland's economy, the wellbeing of its citizens and the improvement of its public services.

The supply of affordable housing as set out in the Housing to 2040 Strategy is a high priority for the SG and Charitable Bonds contribute to the Affordable Housing Supply Programme through both the provision of loan finance to Regional Social Landlords (RSLs) and the distribution of Charitable Donations.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66150000 - Financial markets administration services
  • 75100000 - Administration services
  • 66190000 - Loan brokerage services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Scotland

two.2.4) Description of the procurement

The successful Contractor will issue and promote limited recourse bonds open for investment by Scottish Ministers., Upon the Bonds’ maturing (following a fixed term of between five and fifteen years), Subscribers will receive back their full investment plus a rate of return.

The Bonds will allow Subscribers to receive a rate of return on the amount they invest in the Bonds, the rate of return being expressed as total gross interest to be paid on maturity of the Bonds. .

A proportion of the money which the SG Invests in the Bonds will be used by the Contractor to fund one or more loans, at a commercial fixed rate of interest (and subject to a single repayment with compound interest over a period matching the term of the bond), to eligible Registered Social Landlords for the purposes of supporting the development of affordable housing in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery and Approach / Weighting: 30

Quality criterion - Name: Skills and Experience / Weighting: 25

Quality criterion - Name: Robustness of Organisation and Investment / Weighting: 15

Quality criterion - Name: Contract Management / Weighting: 5

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Cyber and Data Security / Weighting: 5

Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £3,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

suppliers must be authorised by the Financial Conduct Authority

three.1.2) Economic and financial standing

List and brief description of selection criteria

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.

4B5 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: 1000,000 GBP

Employer's (Compulsory) Liability: 5,000,000 GBP

Public Liability: 1,000,000 GBP

Insurances must be kept for a minimum of 5 years after contract expiry date

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

suppliers must be authorised by the Financial Conduct Authority

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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 September 2022

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

2 September 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 = 1 million GBP

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.

The Evaluation Criteria for Data and Cyber Security will have a minimum pass mark of 2 suppliers who do not meet the minimum score of 2 will not proceed to commercial evaluation.

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 21492. 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:

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:695107)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chamber Street

Edinburgh

EH1 1LB

Country

United Kingdom