Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

SE Pension Scheme – Administrative, Actuarial and Ancillary Services

  • Cyhoeddwyd gyntaf: 27 Gorffennaf 2023
  • Wedi'i addasu ddiwethaf: 27 Gorffennaf 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03ea72
Cyhoeddwyd gan:
Scottish Enterprise
ID Awudurdod:
AA22062
Dyddiad cyhoeddi:
27 Gorffennaf 2023
Dyddiad Cau:
30 Awst 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The purpose of this ITT is to appoint a single supplier to deliver Pensions - Administrative, Actuarial and Ancillary Services on behalf of the Trustees of the Scottish Enterprise Pension & Life Assurance Scheme (the Scheme). The supplier must be able to deliver all the services under this part of the contract.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Enterprise

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

UK

Person cyswllt: Gordon Hutton

Ffôn: +44 1414686024

E-bost: gordon.hutton@scotent.co.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scottish-enterprise.com/

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa ranbarthol neu leol

I.5) Prif weithgaredd

Materion economaidd ac ariannol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

SE Pension Scheme – Administrative, Actuarial and Ancillary Services

Cyfeirnod: P24-0011

II.1.2) Prif god CPV

66141000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The purpose of this ITT is to appoint a single supplier to deliver Pensions - Administrative, Actuarial and Ancillary Services on behalf of the Trustees of the Scottish Enterprise Pension & Life Assurance Scheme (the Scheme). The supplier must be able to deliver all the services under this part of the contract.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 330 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

66141000

66523000

66520000

66522000

66131100

66523100

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this ITT is to appoint a single supplier to deliver Pensions - Administrative, Actuarial and Ancillary Services on behalf of the Trustees of the Scottish Enterprise Pension & Life Assurance Scheme (the Scheme). The supplier must be able to deliver all the services under this part of the contract.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract shall be for a period of 36 months with the option to extend for 1 period of 12 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Q4A1

The bidder is required to be a member of the Institute and Faculty of Actuaries — or equivalent and is required to be registered with the Information Commissioners Office or equivalent.

The bidder is required to be registered with the Financial Conduct Authority or equivalent.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Q4B1b Bidders will be required to have an annual yearly turnover of GBP1,665,000 for the last 2 years.

Q4B3 — Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

Q4B5 — Please confirm whether you already have or can commit to obtain, prior to the commencement of the contract, appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.

Q4B5a - Professional Indemnity Insurance — Bidders should state the value that they consider to be appropriate to the contact.

Q4B5b - Employers (compulsory) insurance — 5 000 000 GBP

Q4B5c - Public Liability Insurance — Bidders should state the value that they consider to be appropriate for the contract.

Q4B6 — Bidders will be required to state the value for the liquidity ratio. The liquidity ration should be equal to or greater than 0.8.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Q4C1.2 — Bidders will be required to provide 4 examples of work carried out over the past three years that evidence that they have experience in servicing open defined benefit public sector schemes which have a pensioner payroll of 1 000 or greater. Examples might include:

— Annual pension increase.

— pensioner existence exercise.

— an annual benefit statement exercise.

— GMP reconciliation.

Bidders should provide the name, dates, accounts for examples provided. Bidders should restrict each example to a descriptive paragraph of not more than 300 word.

These will be evaluated on a PASS/FAIL basis. Pass equals providing 4 examples detailing relevant experience to deliver the service. Fail equals failure to provide 4 examples detailing relevant experience to deliver the service.

Q4C1.2 Bidders will be required to provide 4 examples of work carried out over the past three years that evidence that they have experience in servicing open defined benefit public sector schemes which have a pensioner payroll of 1000 or greater. Examples might include:

— Review of investment strategy.

— Introduction or refinement of LDI.

— Review of illiquid assets.

— Active manager and performance review.

— Climate change and other ESG reports.

Bidders should provide the name, dates, accounts for examples provided. Bidders should restrict each example to a descriptive paragraph of not more than 300 words.

These will be evaluated on a PASS/FAIL basis. Pass equals providing 4 examples detailing relevant experience to deliver the service. Fail equals failure to provide 4 examples detailing relevant experience to deliver the service.


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Q4D1.2a- The bidder must have the following:

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Q4D1.2b. The bidder must have the following:

Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 30/08/2023

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 30/08/2023

Amser lleol: 11:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

This is a relevant climate change contract, bidders are required to complete and return the attached Climate Change Plan template.

SPD Statement for 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar).

Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.

SPD Statement for 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.

SPD Statement for 2D.1.2 – If the bidder proposes to subcontract any part(s) of the service and those sub-contractors are not relied upon, they should arrange for a separate SPD response from each potential subcontractor. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion. [This may be requested at the selection stage or prior to the subcontractor commencing work on the contract.]

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=736011.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:736011)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736011

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

UK

Ffôn: +44 1414298888

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Ffôn: +44 1412425466

E-bost: SPOEprocurement@scotland.gsi.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us.

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the High Court.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Ffôn: +44 1412425466

E-bost: SPOEprocurement@scotland.gsi.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries

VI.5) Dyddiad anfon yr hysbysiad hwn

26/07/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
66131100 Gwasanaethau buddsoddi pensiwn Gwasanaethau broceriaeth diogelwch
66523100 Gwasanaethau gweinyddu cronfeydd pensiwn Gwasanaethau ymgynghori ar gronfeydd pensiwn
66520000 Gwasanaethau pensiwn Gwasanaethau yswiriant a phensiwn
66522000 Gwasanaethau pensiwn grwp Gwasanaethau pensiwn
66141000 Gwasanaethau rheoli cronfeydd pensiwn Gwasanaethau rheoli portffolios
66523000 Gwasanaethau ymgynghori ar gronfeydd pensiwn Gwasanaethau pensiwn

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
gordon.hutton@scotent.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.