Section one: Contracting authority
one.1) Name and addresses
Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Telephone
+44 1314443300
Fax
+44 1314432610
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotcourtstribunals.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
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
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of VAT Services
Reference number
SCTS-2021-001
two.1.2) Main CPV code
- 66171000 - Financial consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of VAT Services for the SCTS.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The SCTS requires a Supplier to identify additional VAT recovery from projects within the Property Services Unit (PSU) of the Scottish Courts and Tribunals Service (SCTS) under the relevant Contracted Out Service (COS) headings.
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 50%
Quality criterion - Name: Staffing and Capability / Weighting: 35%
Quality criterion - Name: Mobilisation / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5%
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
Option to extend for 2 x 12 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
1.69 Part 4A - Professional and Trade Registers
The tenderer is required to provide evidence of professional accreditation/registration. For example, the Chartered Institute of Taxation (CIOT) and/or Association of Taxation Technicians (ATT).
three.1.2) Economic and financial standing
List and brief description of selection criteria
1.72 Part 4B: Economic and Financial Standing
1.72.1 - The tenderer is required to hold Employers (Compulsory) Liability Insurance of 5 million GBP as a minimum except those companies which are exempt in specific circumstances – further guidance can be found within the attached link: https://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance of 1 million GBP as a minimum
Professional Indemnity Insurance of 5 million GBP as a minimum
1.72.6 - The tenderer is required to confirm their financial year end and whether or not their accounts have been audited. If their accounts are audited, the tenderer is required to confirm that their auditor has provided an unqualified audit report for accounts over the past 3 years, including the most recent audit completed. If their audited accounts include a qualified audit statement, the tenderer should explain what the qualification was and how they have/are being addressed. If the tenderers accounts are not audited, tenderers will be expected to supply SCTS, upon request prior to the award of the contract, a copy of the most recent set of completed accounts.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1.73 Part 4C: Services
1.73.3 - The tenderer must provide two examples of professional experience of providing VAT Services in the UK in last 3 years.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 August 2021
Local time
12:00pm
Changed to:
Date
23 August 2021
Local time
12:00pm
See the change notice.
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 August 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: TBC
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19204. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:660233)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom