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
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