Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
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
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
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
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
Law Accountancy Services Framework
Reference number
CASE/755037
two.1.2) Main CPV code
- 79211000 - Accounting services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government is seeking to establish a framework for Law Accountancy Services.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79212500 - Accounting review services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government is seeking to establish a framework of suitably qualified Law Accountancy service providers.
These services will be required primarily by the Scottish Government Legal Directorate (SGLD), Litigation Division. There may be a future occasional requirement from The Office of The Advocate General (OAG) to utilise this framework.
This framework will be ranked. There is a desire to have a minimum of two contractors appointed to the framework, and a maximum of four.
two.2.5) Award criteria
Quality criterion - Name: Delivery of Services / Weighting: 45
Quality criterion - Name: Quality Assurance & Risk Management / Weighting: 40
Quality criterion - Name: Community Benefits / Weighting: 0
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 10
Price - Weighting: 20
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
The Authority may extend the contract by a further 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.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4 - Financial Ratios
4B.5.1a/b and 4B.5.2 - Insurance
Minimum level(s) of standards possibly required
4B.4 - Bidders must demonstrate a Current Ratio of not less than 1.0
Current Ratio will be calculated as follows:
Total Current Assets divided by Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
4B.5.1 - 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:
4B.5.1b - Employer’s (Compulsory) Liability Insurance In accordance with the legal obligation for the time being enforced.
4B.5.1a - Professional Liability Insurance in the value of not less than 1,000,000 GBP
4B.5.2 - Public Liability Insurance (including Abuse Liability) in the value of not less than 1,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 - Relevant Experience
4C.4 - Supply Chain Management/Tracking Systems Used
4C.7 - Environmental Management
4C.10 - Proportion (%) to be Sub-Contracted
Minimum level(s) of standards possibly required
4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies
within the past three years.
4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain 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.
Note:
Accepted evidence includes but is not limited to:
- extract of terms & conditions detailing standard payment terms
- a summarised accounts payable report showing payment on time performance
- credit report
4C.7 - Bidders are required to provide details of the environmental management measures which will be available when performing the contract:
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
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: 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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-013108
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 August 2025
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 August 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 30 or 42 months subject to optional extensional periods
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
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.
Single Procurement Document will be scored on a pass/fail basis.
Award Criteria Questions can be found in the ITT together with the weightings.
Question scoring methodology for award criteria outlined in Invitation to Tender.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29675. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:804216)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom