Award

GFG Asset Management in Scotland (GAMIS)

SCOTTISH GOVERNMENT

This public procurement record has 4 releases in its history.

Award

16 May 2024 at 08:18

Tender

25 Jan 2024 at 13:34

Award

06 Sep 2023 at 12:53

Tender

02 Jun 2023 at 07:36

Summary of the contracting process

The Scottish Government has completed a tender for the Evaluation of the Child Poverty Pathfinders – Phase 2. This procurement falls under the services category and aims to understand the impact, economic effects, implementation effectiveness, and learning from the Child Poverty Pathfinders initiatives. The tender, with a value of £450,000, has the Project code 23966 and ITT code 49398. The procurement method is an open procedure, and the submission deadline was on 7th July 2023. The contract allows for an initial duration of 21 months with a possible extension of 12 months.

This opportunity for the Evaluation of the Child Poverty Pathfinders – Phase 2 offers potential for service providers in social research services to engage with the Scottish Government. Businesses with expertise in understanding requirements, research methodology, staff allocation, and project management may find this tender suitable for growth. The procurement emphasises community benefits, including targeted support for priority groups and collaboration with SMEs. The buyer, Scottish Government, seeks proposals aligned with their commitment to social, economic, and environmental well-being in Scotland.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GFG Asset Management in Scotland (GAMIS)

Notice Description

The Scottish Government requires business monitoring and contingency planning services in relation to the Lochaber Guarantee and Reimbursement Agreement (GRA) and to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance.

Lot Information

Lot 1

Core Work Provision of advisory services as may be required to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance. Scottish Government expects to receive regular reports and advice in respect of the guarantee GFG Alliance business situation. -Regular monitoring of refinancing and relevant advice following advisor meetings with GFG management; -Monthly project management report and meeting; -Quarterly accounts report; -Quarterly Lochaber businesses cashflow reports; -Quarterly business plan investment review; -Annual asset re-valuation; -Expected Credit Loss IFRS9 assessment; -Annual Guarantee fee review; Ad-hoc work: The ITT will include scope for officials to request further specific 'call off' project activity. Scottish Government may from time-to-time, require the provision of services in respect of a range of ad hoc outputs including reports, evaluations, advice and other commercial services. Experience: The Commercial Advisor will require to demonstrate expertise and capability to deliver the indicative requirements outlined in the key information about the requirement. The Commercial Advisor will be expected to: i. Have relevant experience and expertise in relation to steel and aluminium industries; ii. Have relevant experience in power generation industry, energy markets and a robust knowledge of energy price forecasting. Additional information: Contract for 24 months with optional 12 month extension period to final date of 06/05/2027.

Renewal: Initial duration will be 24 months with an option to extend the contract for an additional 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d323
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015517-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

66171000 - Financial consultancy services

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£946,000 £500K-£1M

Notice Dates

Publication Date
16 May 20241 years ago
Submission Deadline
29 Feb 2024Expired
Future Notice Date
Not specified
Award Date
29 Aug 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Laura Vivian
Contact Email
laura.vivian@gov.scot
Contact Phone
+44 07467338120

Buyer Location

Locality
GLASGOW
Postcode
G2 8EA
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
2
Supplier Names

DELOITTE

IPSOS (MARKET RESEARCH

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03d323-2024-05-16T09:18:45+01:00",
    "date": "2024-05-16T09:18:45+01:00",
    "ocid": "ocds-h6vhtk-03d323",
    "description": "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 response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761 and the ITT code is 37790. 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/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. 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: 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. targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project; support for existing Charity and Third Sector Organisations that deliver benefits to the communities Use of SMEs or supported businesses as part of your supply chain up-skilling the existing workforce; equality and diversity initiatives; educational support initiatives. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 (SC Ref:766798)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/684653",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GFG Asset Management in Scotland (GAMIS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66171000",
            "description": "Financial consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Government requires business monitoring and contingency planning services in relation to the Lochaber Guarantee and Reimbursement Agreement (GRA) and to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance.",
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Core Work Provision of advisory services as may be required to provide expert commercial advice in respect of core services, working through routine queries and processes in relation to the Guarantee and GFG Alliance. Scottish Government expects to receive regular reports and advice in respect of the guarantee GFG Alliance business situation. -Regular monitoring of refinancing and relevant advice following advisor meetings with GFG management; -Monthly project management report and meeting; -Quarterly accounts report; -Quarterly Lochaber businesses cashflow reports; -Quarterly business plan investment review; -Annual asset re-valuation; -Expected Credit Loss IFRS9 assessment; -Annual Guarantee fee review; Ad-hoc work: The ITT will include scope for officials to request further specific 'call off' project activity. Scottish Government may from time-to-time, require the provision of services in respect of a range of ad hoc outputs including reports, evaluations, advice and other commercial services. Experience: The Commercial Advisor will require to demonstrate expertise and capability to deliver the indicative requirements outlined in the key information about the requirement. The Commercial Advisor will be expected to: i. Have relevant experience and expertise in relation to steel and aluminium industries; ii. Have relevant experience in power generation industry, energy markets and a robust knowledge of energy price forecasting. Additional information: Contract for 24 months with optional 12 month extension period to final date of 06/05/2027.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology",
                            "type": "quality",
                            "description": "35"
                        },
                        {
                            "name": "Staffing And Capability",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Timetable And Delivery",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Cyber Security (M)",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Climate Emergency",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial duration will be 24 months with an option to extend the contract for an additional 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "minimum": "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. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below. Employer's (Compulsory) Liability Insurance = 5 000 000 GBP. Public Liability Insurance = 1 000 000 GBP. Professional Indemnity Insurance = 1 000 000 GBP."
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-02-29T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-02-29T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-02-29T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-10601",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "4 Atlantic Quay, 70 York St",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8EA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Vivian",
                "telephone": "+44 07467338120",
                "email": "laura.vivian@gov.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-675",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-79609",
            "name": "Ipsos (market research) Ltd",
            "identifier": {
                "legalName": "Ipsos (market research) Ltd"
            },
            "address": {
                "streetAddress": "4 Wemyss Place",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH3 6DH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 07583001246"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-113774",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government",
                "id": "Case/684653"
            },
            "address": {
                "streetAddress": "5, Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Vivian",
                "telephone": "+44 07467338120",
                "email": "laura.vivian@gov.scot"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-53334",
            "name": "Deloitte LLP",
            "identifier": {
                "legalName": "Deloitte LLP"
            },
            "address": {
                "streetAddress": "2, NEW STREET SQUARE",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4A 3BZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02073030913"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-113774",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000752968"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "026339-2023-610662-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-79609",
                    "name": "Ipsos (market research) Ltd"
                }
            ]
        },
        {
            "id": "015517-2024-CASE/684653-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53334",
                    "name": "Deloitte LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "026339-2023-610662-1",
            "awardID": "026339-2023-610662-1",
            "status": "active",
            "value": {
                "amount": 446000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-30T00:00:00+01:00"
        },
        {
            "id": "015517-2024-CASE/684653-1",
            "awardID": "015517-2024-CASE/684653-1",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}