Award

SE Pension Scheme - Administrative, Actuarial and Ancillary Services

SCOTTISH ENTERPRISE

This public procurement record has 2 releases in its history.

Award

28 Mar 2024 at 09:20

Tender

26 Jul 2023 at 11:27

Summary of the contracting process

Scottish Enterprise has awarded a contract for the SE Pension Scheme - Administrative, Actuarial and Ancillary Services to Hymans Robertson LLP worth £1,835,750. The tender was in the procurement stage of an Open procedure with the main procurement category being services in the industry classification of Pension fund management services. The award was made on 22nd March 2024.

This contract provides an opportunity for businesses in the pension industry to deliver administrative and actuarial services. Companies offering pension fund management, consultancy, investment, and administration services are well-suited to compete. The procurement process took place in Glasgow, United Kingdom, with a focus on climate change impact in the pension sector. The contract involves delivering services for the Scottish Enterprise Pension & Life Assurance Scheme.

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

SE Pension Scheme - Administrative, Actuarial and Ancillary Services

Notice Description

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.

Lot Information

Lot 1

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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ea72
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010179-2024
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

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66131100 - Pension investment services

66141000 - Pension fund management services

66520000 - Pension services

66522000 - Group pension services

66523000 - Pension fund consultancy services

66523100 - Pension fund administration services

Notice Value(s)

Tender Value
£3,330,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,835,750 £1M-£10M

Notice Dates

Publication Date
28 Mar 20241 years ago
Submission Deadline
30 Aug 2023Expired
Future Notice Date
Not specified
Award Date
22 Mar 20241 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 ENTERPRISE
Contact Name
Gordon Hutton
Contact Email
gordon.hutton@scotent.co.uk
Contact Phone
+44 1414686024

Buyer Location

Locality
GLASGOW
Postcode
G2 6HQ
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
1
Supplier Name

HYMANS ROBERTSON

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-03ea72-2024-03-28T09:20:53Z",
    "date": "2024-03-28T09:20:53Z",
    "ocid": "ocds-h6vhtk-03ea72",
    "description": "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.] (SC Ref:762396)",
    "initiationType": "tender",
    "tender": {
        "id": "P24-0011",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SE Pension Scheme - Administrative, Actuarial and Ancillary Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66141000",
            "description": "Pension fund management services"
        },
        "mainProcurementCategory": "services",
        "description": "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.",
        "value": {
            "amount": 3330000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract shall be for a period of 36 months with the option to extend for 1 period of 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66141000",
                        "description": "Pension fund management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66523000",
                        "description": "Pension fund consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66520000",
                        "description": "Pension services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66522000",
                        "description": "Group pension services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66131100",
                        "description": "Pension investment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66523100",
                        "description": "Pension fund administration services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "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.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-08-30T11:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-08-30T11:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-08-30T11:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-1478",
            "name": "Scottish Enterprise",
            "identifier": {
                "legalName": "Scottish Enterprise"
            },
            "address": {
                "streetAddress": "Atrium Court, 50 Waterloo Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 6HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Gordon Hutton",
                "telephone": "+44 1414686024",
                "email": "gordon.hutton@scotent.co.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.scottish-enterprise.com/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5762",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414298888"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-1538",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412425466",
                "email": "SPOEprocurement@scotland.gsi.gov.uk"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
            }
        },
        {
            "id": "GB-FTS-1530",
            "name": "Hymans Robertson LLP",
            "identifier": {
                "legalName": "Hymans Robertson LLP"
            },
            "address": {
                "streetAddress": "20 Waterloo Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 6DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1415667777",
                "faxNumber": "+44 1415667788"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1478",
        "name": "Scottish Enterprise"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736011"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "010179-2024-P24-0011-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-1530",
                    "name": "Hymans Robertson LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010179-2024-P24-0011-1",
            "awardID": "010179-2024-P24-0011-1",
            "status": "active",
            "value": {
                "amount": 1835750,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}