Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Maxine Mullen
Telephone
+44 412425466
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Forensic Accountancy
Reference number
CASE/740522
two.1.2) Main CPV code
- 79200000 - Accounting, auditing and fiscal 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 Forensic Accountant.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Forensic Accountant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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: Yes
Description of options
There may be additional assessments as part of this contract agreement.
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
List and brief description of selection criteria
FINANCIAL RATIOS(S)
INSURANCE
Minimum level(s) of standards possibly required
Financial Ratio:
Bidders will be required to meet the following:
The acceptable range is a Failure Score no less than 50 subject to Dun and Bradstreet.
Insurances:
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:
Employers (compulsory) liability Insurance = in accordance with any legal obligation for the time being in force.
Public Liability Insurance = 1 Million GBP
Professional Indemnity Insurance = 1 Million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Supply Chain Management
**Please note within the Technical Envelope of PCS-T we will request information on Supply Chain Management/Prompt Payment tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.4 (Technical Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Supply Chain Management/Prompt Payment question (unless it is stipulated as NON-Applicable as they do not operate supply chain as part of their delivery. Only tenders that achieve a ‘Pass’ or stipulate as Non-Applicable) for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Environmental Management Measure
**Please note within the Technical Envelope of PCS-T we will request information on Environmental Measurement Management, tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.7 (Technical Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Environmental Management Measures question. Only tenders that achieve a ‘Pass’ for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Minimum level(s) of standards possibly required
Supply Chain Management
If tenders intend to use a supply chain to deliver the requirements, they should confirm they have (or have access to) the relevant supply management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Environmental Management Measure
Tenders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
A completed copy of the tenders ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
**Please note within the Technical Envelope of PCS-T we will request information on Qualification. Tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.6 (Technical Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the question, Only tenders that achieve a ‘Pass’ for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Bidders must have following qualifications:
Qualified Certified Public Accountant (CPA).
Consultative Committee of Accountancy Bodies (CCAB) qualified or equivalent.
selection criteria will be included in the SPD module on Public Contract Scotland Tender
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Services
Tenders will be required to provide two relevant examples of services carried out during the last three years.
(Examples from both public and/or private sector customers and clients may be provided)
**Please note within the Technical Envelope of PCS-T we will request information on Services, tenderers must submit responses to this question contained in the SPD (Scotland) under section 4C.1.2 (Technical Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Services question. Only tenders that achieve a ‘Pass’ for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Unforeseeable events and urgency of requirement has resulted in tendering period being reduced from 30 days to 20 days.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27851. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:781537)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House,
27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom