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