Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

DED - Commercial Advisor Framework 2

  • Cyhoeddwyd gyntaf: 10 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 10 Mehefin 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04de02
Cyhoeddwyd gan:
Scottish Government
ID Awudurdod:
AA26920
Dyddiad cyhoeddi:
10 Mehefin 2025
Dyddiad Cau:
25 Gorffennaf 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
66171000 Gwasanaethau ymgynghori ariannol Gwasanaethau ymgynghori ariannol, prosesu trafodion ariannol a thai clirio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
jonathan.nicolson@gov.scot
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.