Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
UK
Person cyswllt: Jonathan Nicolson
Ffôn: +44 412425466
E-bost: jonathan.nicolson@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotland.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Materion economaidd ac ariannol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
DED - Commercial Advisor Framework 2
Cyfeirnod: 758186
II.1.2) Prif god CPV
66171000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
SCOPE OF REQUIREMENTS
The scope of work will comprise of standard due diligence and financial governance. This is what will be termed ‘core’ work representing ongoing business activities of advice, guidance, reporting, engagement with the business, meetings and costing on a planned, regular programme. The second part relates to cases where we consider that more complex analysis will be required and that appropriate time and rates are proportionate for this activity.
Core Scope
Provision of advisory services as may be required to provide expert strategic, financial and commercial advice in respect of core services:
Advice & guidance
Analysis
Reporting
Work across all sectors of industry
Meetings and costing on a planned regular programme.
Additional Scope
The Scottish Government require the Service Provider to be able to provide all services outlined below across a range of possible intervention, investment or funding structures, including debt, guarantees, grants and equity:
Financial/Commercial due diligence.
Analysis and reports on potential mergers or acquisitions and disposal of assets, Insolvency, restructuring and turnaround advice
Specialist economic and market technical expertise relevant to government
Market analysis of relevant sectors, including those strategic to Scotland
Options Appraisal in line with the principles of HMT Green Book
Evaluation exercises in line with the principles of HMT Magenta Book
Strategic and commercial advice in respect of exit strategies for Scottish Government interventions
Financial Accounting assessments
Company valuations
Counterparty due diligence, addressing financial, commercial and reputational risks
Economic impact assessments
Commercial market operator assessment in support of a wider subsidy control assessment, working with appointed legal advisors and Scottish Government’s Legal Directorate and Subsidy Control Division. This will include appropriate pricing of any financial instruments to be applied to the transaction.
Undertaking a sale and marketing process for existing investments, including marketing the business for sale, engaging with prospective purchasers and negotiating commercial heads of terms
Forensic accounting assessments.
The Scottish Government require the Service Provider to provide all services outlined above for all noted transaction and intervention types. Should the Service Provider require the use of sub-contractor to fulfil the requirements this should be noted in the Tenderer’s Single Procurement Documents (SPD) and Technical response. Further details of the required services are detailed in Annex
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 10 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
The aim of the Framework Agreement is to establish a timely, efficient and effective mechanism to conduct a range of due diligence on commercial entities and companies in difficulty to inform decision making.
Due diligence assignments will encompass a wide range of activities including financial analysis, market information and risk assessment to inform the viability of companies facing challenges and assess the likelihood of a successful outcome.
It is envisaged that the appointed Service Providers will be multi-disciplinary agencies or consortia offering a range of integrated professional services including but not limited to: accountancy/financial management, and tax advice, commercial advisory services, restructuring and turnaround specialisms, specialist technical expertise such as economic and market analysis and other considerations including impacts of Subsidy Control (formerly State Aid).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Methodology
/ Pwysoliad: 20
Maes prawf ansawdd: Management and Delivery Team
/ Pwysoliad: 25
Maes prawf ansawdd: Value for Money
/ Pwysoliad: 20
Maes prawf ansawdd: Tailored Approaches
/ Pwysoliad: 20
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 5
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend for 1 year plus 1 additional year to a maximum of 4 years.
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
II.2.14) Gwybodaeth ychwanegol
A maximum of 6 Service Providers will be appointed to the Framework Agreement.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD 4B.4 -
Bidders must demonstrate a Current Ratio of no less than 1 in the financial years specified in the SPD. Current Ratio will be calculated as follows:
Total current assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
SPD 4B.5 -
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: in the sum of not less than 5 Million GBP.
Employer's (Compulsory) Liability: in accordance with any legal obligation for the time being in force but in any event in the sum of not less than Five million pounds 5 Million GBP.
Public Liability- including Abuse Liability: in the sum of not less than 5 Million GBP.
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the
Contract.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD 4C.4 -
Bidders must provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.7 -
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
SPD 4C.10 -
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement Contract and what service the sub-contractor will provide.
III.2) Amodau sy’n gysylltiedig â’r contract
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.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 6
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-004681
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
25/07/2025
Amser lleol: 12:00
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: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
25/07/2025
Amser lleol: 12:00
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
The buyer is using PCS-Tender to conduct this Invitation to Tender (ITT) exercise. The Project code is 29380. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 Framework value is an estimate which may increase or decrease over the Framework Term. Commitment to spend will only be agreed at each call off opportunity. The estimated value of the Framework Agreement in 10 million GPB with the option to extend this value to 15 million GPB.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29380. 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
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 Community Benefit proposed for this Framework Agreement contract should be provided specifically if successful in this tender process and should not be a Community Benefit which is already being undertaken by the organisation. Examples of Community Benefits include:
Graduate, Apprentice, work placements and/or trainee placements
Service Provider engagement with schools, colleges and/or universities
Holding educational and raising awareness events for the community
Professional advice, mentoring and support provided to the community
Providing funding for new community facilities
Support and development opportunities delivered to young people
Opening up sub-contracting opportunities to SME’s and third sector organisations
Monetary value of contributions to community activities
For any Community Benefits being offered please provide full details i.e. number of apprentices, specific community facilities and funding made available etc. Further information can be found at the links below:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
Community Benefits proposed will be delivered at call-off contract and reported on as part of the annual Performance Report as detailed in Schedule 4 – Management Arrangements of the Model Framework Agreement Contract.
(SC Ref:800078)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chamber Street
Edinburgh
EH1 1LB
UK
Cyfeiriad(au) rhyngrwyd
URL: www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court
VI.5) Dyddiad anfon yr hysbysiad hwn
30/05/2025