Tender

DFSED-SG Bond Bookrunners

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Tender

28 Jan 2026 at 12:53

Planning

08 Dec 2025 at 16:52

Summary of the contracting process

The Scottish Government is conducting a tender process titled "DFSED-SG Bond Bookrunners" to appoint external service providers to help access the sterling public bond market. This is part of a planned GBP 1.5 billion programme associated with the Scottish Government's capital borrowing strategy, influenced by the updated 2023 Fiscal Framework. The procurement falls under the services industry category, specifically banking services, with a focus on financial service provision. The main procurement method is through an open procedure, with a tender stage currently active. The opportunity involves setting up a multi-supplier framework agreement, which is exempt from certain public contracts regulations but adheres to principles of transparency and value for money. Key dates include a submission deadline of 16 February 2026, and the contract period is anticipated to begin in July 2026. The buying organisation is based in Glasgow, Scotland.

This tender presents significant opportunities for businesses in the banking and investment sectors, particularly those experienced in debt issuance and financial market engagement. The planned multi-supplier framework allows for diverse participation, expected to involve up to ten banks, with roles potentially extending beyond the initial bond issuance. Firms involved in investment banking services, particularly those with expertise in managing public sector and government fiscal instruments, would be well-positioned to benefit. The procurement aims to diversify capital funding and enhance fiscal sustainability, which aligns with businesses looking to expand their client base within governmental financial projects. Additionally, the focus on sustainability and fiscal discipline underscores the importance of having robust economic and technical capabilities, making it suitable for firms that can offer competitive cost structures and strategic financial advisory services.

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

DFSED-SG Bond Bookrunners

Notice Description

The Scottish Government is seeking to appoint external service providers to assist in accessing the sterling public bond market. From 2016, the Scottish Government's annual limit for Capital Borrowing has been GBP 450 million, with a cumulative limit of GBP 3 billion. The 2023 Fiscal Framework review increased these limits in line with inflation, and the Scottish Government has been reviewing its capital borrowing policy options under these new limits. On 4 December 2024, the Scottish Government published a memorandum detailing the outcome of the initial due diligence and its updated capital borrowing policy in the context of the revised Fiscal Framework limits. The key objectives for the issuance of bonds includes diversifying capital funding sources, enhancing fiscal sustainability, raising Scotland's profile among financial investors, and developing institutional fiscal discipline. On 12th November 2025 Moody's Investors Service and Standard & Poor's assigned inaugural credit ratings for the Scottish Government of Aa3/AA respectively, both with a stable outlook. The strength and diversity of Scotland's economy, its strong institutional framework, as well as the Scottish Government's prudent financial management and low levels of debt are factors highlighted in the agencies' reports. A GBP 1.5 billion programme is expected to commence over the next parliament, with a debut benchmark bond issuance currently anticipated for late 2026 or early 2027, subject to the outcome of the Scottish Parliament election, in-year borrowing requirements and market conditions.

Lot Information

Lot 1

The Scottish Government intends to establish a multi-supplier framework agreement, expected to run for four years and cover multiple debt issuance. The framework will include several banks, each with the opportunity to act as Lead Manager for the inaugural and any future bond issuance. Please note: -This requirement is exempt from the Public Contracts (Scotland) Regulations 2015 under regulation 11(1)(f). -It is also excluded under Section 4 of the Procurement Reform (Scotland) Act 2014. Despite these exemptions, the Scottish Government will adhere to the principles set out in the Scottish Procurement Policy Handbook, ensuring: -Value for Money (VfM) -Transparency, fairness, and accountability -Compliance with internal procurement policies and financial regulations.

Renewal: The Framework Agreement is anticipated to commence in July 2026 for an initial period of 36 months, with the option to extend for one further 12-month period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f12f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007581-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66100000 - Banking and investment services

66110000 - Banking services

66120000 - Investment banking services and related services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20263 weeks ago
Submission Deadline
16 Feb 2026Expired
Future Notice Date
28 Jan 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Caitlin Fullarton
Contact Email
caitlin.fullarton@gov.scot
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
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

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-05f12f-2026-01-28T12:53:29Z",
    "date": "2026-01-28T12:53:29Z",
    "ocid": "ocds-h6vhtk-05f12f",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31063. 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 Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Community benefits have been considered and are not directly related to the type of services required. Therefore, the standard information on the Scottish Government approach to community benefits will not be inserted into the ITT and bidders will be asked to outline their approach to community benefits as a non-scored response. However, Bond Proceeds will Be used as part of the wider Capital Borrowing strategy to fund key projects in the Infrastructure Delivery Pipeline and to support economic growth including but not limited to: - 36,000 affordable homes - NHS estate upgrades - Road, rail and ferry renewal - Green energy investments - Nature restoration and creation While the framework itself will not directly deliver community benefits, the wider bonds programme (and the investments it enables) will underpin many of Scotland's national outcomes and create meaningful opportunities for community benefit delivery. (SC Ref:821880)",
    "initiationType": "tender",
    "tender": {
        "id": "798980",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DFSED-SG Bond Bookrunners",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "66110000",
            "description": "Banking services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Government is seeking to appoint external service providers to assist in accessing the sterling public bond market. From 2016, the Scottish Government's annual limit for Capital Borrowing has been GBP 450 million, with a cumulative limit of GBP 3 billion. The 2023 Fiscal Framework review increased these limits in line with inflation, and the Scottish Government has been reviewing its capital borrowing policy options under these new limits. On 4 December 2024, the Scottish Government published a memorandum detailing the outcome of the initial due diligence and its updated capital borrowing policy in the context of the revised Fiscal Framework limits. The key objectives for the issuance of bonds includes diversifying capital funding sources, enhancing fiscal sustainability, raising Scotland's profile among financial investors, and developing institutional fiscal discipline. On 12th November 2025 Moody's Investors Service and Standard & Poor's assigned inaugural credit ratings for the Scottish Government of Aa3/AA respectively, both with a stable outlook. The strength and diversity of Scotland's economy, its strong institutional framework, as well as the Scottish Government's prudent financial management and low levels of debt are factors highlighted in the agencies' reports. A GBP 1.5 billion programme is expected to commence over the next parliament, with a debut benchmark bond issuance currently anticipated for late 2026 or early 2027, subject to the outcome of the Scottish Parliament election, in-year borrowing requirements and market conditions.",
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Government intends to establish a multi-supplier framework agreement, expected to run for four years and cover multiple debt issuance. The framework will include several banks, each with the opportunity to act as Lead Manager for the inaugural and any future bond issuance. Please note: -This requirement is exempt from the Public Contracts (Scotland) Regulations 2015 under regulation 11(1)(f). -It is also excluded under Section 4 of the Procurement Reform (Scotland) Act 2014. Despite these exemptions, the Scottish Government will adhere to the principles set out in the Scottish Procurement Policy Handbook, ensuring: -Value for Money (VfM) -Transparency, fairness, and accountability -Compliance with internal procurement policies and financial regulations.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement is anticipated to commence in July 2026 for an initial period of 36 months, with the option to extend for one further 12-month period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66120000",
                        "description": "Investment banking services and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66100000",
                        "description": "Banking and investment services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-28T00:00:00Z",
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows: 4B.5 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 and levels of insurance indicated below:",
                    "minimum": "4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities. 4B.5 - -Public Liability 1,000,000 GBP(A sum not less than) -Professional Indemnity 1,000,000 GBP(A sum not less than) -Employers Liability (Legal Requirement) 5,000,000 GBP(A sum not less than) -Cyber Security 5,000,000 GBP(A sum not less than)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used. 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 10
            }
        },
        "tenderPeriod": {
            "endDate": "2026-02-16T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-02-16T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-02-16T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1538",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Caitlin Fullarton",
                "email": "caitlin.fullarton@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": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "id": "04",
                        "scheme": "COFOG",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-155314",
            "name": "Edinburgh Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers St",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815799"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815799"
        }
    ],
    "language": "en"
}