Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Commercial Advisors - Rapid Response Unit - Framework Agreement
two.1.2) Main CPV code
- 73210000 - Research consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Procurement of Commercial Advisors – Rapid Response Unit – Framework Agreement.
The RRU has been created to tackle a wide range of economic challenges as a result of Covid-19 and Brexit to enhance SG’s support for business resilience. Specifically, in some instances, the RRU will lead on providing assistance to businesses in distress with the support from agencies and partners. As such, the RRU will require the services of commercial advisors at short notice (within 24 hours) to instruct them to look into a company’s financial position and advise as to the available options for the RRU to intervene.
The contract will be for a period of 36 months with the option to extend for an additional 12 months.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Currently the Scottish Government contract with a number of suppliers to deliver similar type services. It is anticipated that there will be a relatively high interest in joining this framework agreement. The framework agreement will consist of a maximum of four (4) suppliers, with call-offs conducted in a “round robin” manner, in order to allow each of the four suppliers equal access to opportunities as they arise.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Statement for 4B.4: Bidders must demonstrate a Current Ratio of no less than 0.9 Current Ratio will be calculated as follows: Net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
Statement for 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 of insurance indicated below.
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 1 000 000 GBP.
Professional Indemnity Insurance = 500 000 GBP.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 July 2021
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: 1 October 2021
four.2.7) Conditions for opening of tenders
Date
2 July 2021
Local time
12:00pm
Place
Electronic
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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 response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18845. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:655702)
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
Edinburgh
Country
United Kingdom