Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Tax Advice and Tax Related Services
Reference number
UOS-19384-2021
two.1.2) Main CPV code
- 79221000 - Tax consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Strathclyde requires a supplier/suppliers to provide Tax Advice and Tax related services. The University will require both Advisory and compliance related services from the provider. Additionally, as the University has an international presence overseas, Tax Advisory and Compliance services will be required for both UK and International requirements.
This requirement will be published as a multi-supplier framework opportunity.
two.1.5) Estimated total value
Value excluding VAT: £604,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Direct Taxes
Lot No
1
two.2.2) Additional CPV code(s)
- 79221000 - Tax consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
It is anticipated that this Lot will include, but not be limited to:
- Preparation of the annual corporation tax return, based on inputs from the Tax Manager.
- Review and submission to HMRC (including filing requirements of annual accounts e.g. iXBRL tagging).
- Provision of Corporation tax advisory services
- General payroll and employment related tax advisory services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be an option for 2 x 12 month extensions. The Contracting Authority may at its sole discretion exercise this option.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The University at its sole description reserves the right to request additional services by the successful tenderer either intended as partial replacement of the existing services or as an extension of the existing services. The Contracting Authority may at its sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Total Estimated Value of this Lot is the Maximum Estimated value over the period of the contract, including extension periods. The Contracting Authority offers no guarantee or any commitment to values stated within the subsequent Tender documents and Contract Notice.
two.2) Description
two.2.1) Title
Indirect Taxes
Lot No
2
two.2.2) Additional CPV code(s)
- 79221000 - Tax consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
It is anticipated that this Lot will include, but not be limited to:
- VAT Compliance, including the review of the annual partial exemption calculation
- VAT advisory services
- Customs duty advisory support services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £184,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There is an option for an extension of 2 x 12 month periods. The Contracting Authority may at its sole discretion exercise this option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional services by the successful tenderer either intended as partial replacement of the existing services or as the extension of existing services. The Contracting authority may at its sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Total Estimated Value of this Lot is the Maximum Estimated value over the period of the contract, including extension periods. The Contracting Authority offers no guarantee or any commitment to values stated within the subsequent Tender documents and Contract Notice.
two.2) Description
two.2.1) Title
Advisory and Global Mobility Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79221000 - Tax consultancy services
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
It is anticipated that this Lot will include, but not be limited to:
- General advice on overseas taxes including but not limited to and depending on the overseas jurisdiction: corporate, personal, VAT, WHT, digital etc.
- advice in respect to overseas employer and employee tax, social security and associated reporting, payment and/or filing obligations
-assistance in implementing payroll and reporting requirements in overseas jurisdictions
Full details of the requirement can be found in Appendix E-Specification in the Tender documentation. This document additionally includes a list of overseas jurisdictions the University has required advice in recent years, provided in Annex A.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There is an option for an extension of 2 x 12-month periods. The Contracting Authority may at its sole discretion exercise this option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the existing services or or as the extension of existing services. The Contracting authority may at its sole discretion exercise this option
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Total Estimated Value of this Lot is the Maximum Estimated value over the period of the contract, including extension periods. The Contracting Authority offers no guarantee or any commitment to values stated within the subsequent Tender documents and Contract Notice.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.5.1-4B.5.3
Minimum level(s) of standards possibly required
4B.5.1-4B.5.3 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:
Employer's (Compulsory) Liability Insurance= 5,0000,000.00 GBP
Public Liability Insurance= 5,000,000.00GBP
Professional Risk Indemnity Insurance= 2,000,000.00 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
Minimum level(s) of standards possibly required
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD
(Scotland) response.
For each lot that they are bidding for, the Tenderer must provide, as a minimum, 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice. For example, if the Tenderer is bidding for more than one lot, then they must provide at least 3 examples for each Lot they bid for. If bidding for all three Lots, at least 9 examples must be given, in accordance with each Lot. This question will be scored in accordance with the Scoring Methodology noted in Section 3.2. of the ITT document. by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example.
Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-025474
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 17 October 2022
four.2.7) Conditions for opening of tenders
Date
20 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The University of Strathclyde does not guarantee any business under this framework.
The University is seeking to appoint a minimum of 3 and a maximum of 5 contractors to service each of these Lots. The University reserves the right to award this contract at its entire discretion to one supplier, multiple suppliers or to award the contract in whole or in part.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 42918. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:680797)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom