Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
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.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.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 15 000 000.00 GBP
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
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
Maes prawf ansawdd: Business Continuity and Disaster Recovery
/ Pwysoliad: 5
Price
/ Pwysoliad:
40
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 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
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
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 000-028702
Section V: Dyfarnu contract
Rhif Contract: 758186
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
31/10/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 8
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 8
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 8
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Deloitte LLP
2, NEW STREET SQUARE
London
EC4A 3BZ
UK
Ffôn: +44 2073030913
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
FRP Advisory
Level 2 The Beacon, 176 St Vincent Street
Glasgow
G2 5SG
UK
Ffôn: +44 7935708468
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
PricewaterhouseCoopers LLP
1 Embankment Place
Londond
WC1N 6RH
UK
Ffôn: +44 7841568922
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Grant Thornton UK LLP
110 Queen Street
Glasgow
G1 3BX
UK
Ffôn: +44 1412230638
NUTS: UKM
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Interpath Ltd
10 Fleet Place
London
EC4M 7RB
UK
Ffôn: +44 1416464282
NUTS: UKI31
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Teneo Restructuring Limited
110 West George Street
Glasgow
G2 1PJ
UK
Ffôn: +44 1416191604
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 15 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The buyer used PCS-Tender to conduct this Invitation to Tender (ITT) exercise. The Project code was 29380. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Question Scoring Methodology for Award Criteria was included in the invitation to tender as follows:
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. These values are estimates established during the development of the Framework Agreement.
(SC Ref:816269)
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
19/11/2025