Section one: Contracting authority
one.1) Name and addresses
Scottish National Investment Bank
1-North, Waverley Gate, 2-4 Waterloo Place
Edinburgh
EH1 3EG
Telephone
+44 7776549095
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30487
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Due Diligence Framework Agreement Lot 4 - Company Valuations
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
We are a mission-led development investment bank for Scotland, wholly owned by the Scottish Ministers on behalf of the people of Scotland. We have been established to operate commercially and are operationally independent from government. We invest in Scottish business, projects, and communities to deliver environment, social and financial returns for the people of Scotland. Our missions are at the heart of everything that we do. You can find out more about the Bank and our missions at our website www.thebank.scot.
The Bank are setting up a Framework Agreement to undertake Due Diligence on potential investments which we are considering making. The framework will offer the Bank an efficient, cost-effective, and streamlined approach for procuring external support and expertise to assist reactive and consistent delivery of Due Diligence as it is required.
The requirements are split into four Lots:
Lot 1 - Financial Diligence
Lot 2 – Model Audit
Lot 3 – Tax diligence
Lot 4 – Company Valuations
This particular Contract notice and tender exercise relates to Lot 4 - Company valuations.
Bidders who are interested in bidding for any of the other Framework Lots can do so by locating the respective PCS notices, all published on the same date.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
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
- 66120000 - Investment banking services and related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Bank are setting up a Framework Agreement to undertake Due Diligence on potential investments which we are considering making. The framework will offer the Bank an efficient, cost-effective, and streamlined approach for procuring external support and expertise to assist reactive and consistent delivery of Due Diligence as it is required.
The requirements are split into four Lots:
Lot 1 - Financial Diligence
Lot 2 – Model Audit
Lot 3 – Tax diligence
Lot 4 – Company Valuations
This particular tender exercise relates to Lot 4 - Company Valuation.
Bidders who are interested in bidding for any of the other Framework Lots can do so by locating the respective PCS notices, which were all published on the same date with.
two.2.5) Award criteria
Quality criterion - Name: Delivery Methodology / Weighting: 30
Quality criterion - Name: Management Methodology / Weighting: 20
Quality criterion - Name: Management & Delivery Team / Weighting: 20
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
As per the specification
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Those bidding must either have or committ to having the following insurance cover before entering any call off contract:
Professional Risk Indemnity Insurance - 1 million GBP for each and every claim
Employers Liability Insurance - 5 million GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
As per the specification
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the Lot 4 Specification.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 5
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
30 November 2023
Local time
1:00pm
Changed to:
Date
6 December 2023
Local time
1:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 November 2023
Local time
2:00pm
Place
Scottish National Investment Bank
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748302.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 Bank is looking for a supplier who, in carrying out their obligations under this framework, will bring benefit to the local and broader Scottish community in compliance with the requirement. Please see Lot 4 Evaluation Criteria for full details.
(SC Ref:748302)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom