Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire & Peterborough Combined Authority
Cambridgeshire & Peterborough Combined Authority, 2nd floor, Pathfinder House, St Mary's Street
Huntingdon
PE29 3TN
Contact
Mr Olufemi Kolawole
Olufemi.Kolawole@cambridgeshirepeterborough-ca.gov.uk
Telephone
+44 0
Country
United Kingdom
Region code
UKH11 - Peterborough
Internet address(es)
Main address
https://cambridgeshirepeterborough-ca.gov.uk
Buyer's address
https://cambridgeshirepeterborough-ca.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=2bf82d8d-f6d9-ed11-8121-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=2bf82d8d-f6d9-ed11-8121-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business Growth and Social Impact Investment Fund Management
Reference number
DN665766
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The Cambridgeshire and Peterborough Combined Authority (CPCA) is seeking to award two contracts to manage their funding schemes, Fund 1 and Fund 2. The authority requires a delivery partner(s) to manage both funds under two separate contracts. The term of the contracts will be 3 years plus an optional further year’s extension.
The fund's lifetime will be 10 years, with 3–4 years of investment and 6–7 years of realisation. This includes an annual review of the programme after the completion of the contract. The advice retainer will mirror this arrangement in terms of being available to the CPCA for a 10-year period.
The funding schemes are:
Fund 1 is a growth fund aimed at providing equity or debt funding to high-growth potential businesses that do not have access to funding from other sources. The priority sector will be green-tech businesses, plus businesses that want to invest in reducing their carbon emissions with equity investment and loans of £100,000-£500,000 to support business growth.
Fund 2: a fund aimed at providing grants or loans to third-sector businesses that do not have access to funding from other sources. This will consist of smaller loans or grants of less than £75,000 to support third-sector businesses and organisations.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 and Lot 2
two.2) Description
two.2.1) Title
Fund 1
Lot No
1
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Delivery Partner to manage Fund 1.
Fund 1 is a growth fund aimed at providing equity or debt funding to high-growth potential businesses that do not have access to funding from other sources. The priority sector will be green-tech businesses, plus businesses that want to invest in reducing their carbon emissions with equity investment and loans of £100,000-£500,000 to support business growth.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £371,250
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 January 2024
End date
2 January 2027
This contract is subject to renewal
Yes
Description of renewals
1 X 12 months extension is provided for.
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) Description
two.2.1) Title
Fund 2
Lot No
2
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Delivery Partner to manage Fund 2
Fund 2: a fund aimed at providing grants or loans to third-sector businesses that do not have access to funding from other sources. This will consist of smaller loans or grants of less than £75,000 to support third-sector businesses and organisations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £128,750
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 January 2024
End date
2 January 2027
This contract is subject to renewal
Yes
Description of renewals
1x12 months extension
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 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
16 November 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 November 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom