Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Jonathan Nicolson
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.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DED - Commercial Advisor Framework 2
Reference number
758186
two.1.2) Main CPV code
- 66171000 - Financial consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
SCOPE OF REQUIREMENTS
The scope of work will comprise of standard due diligence and financial governance. This is what will be termed ‘core’ work representing ongoing business activities of advice, guidance, reporting, engagement with the business, meetings and costing on a planned, regular programme. The second part relates to cases where we consider that more complex analysis will be required and that appropriate time and rates are proportionate for this activity.
Core Scope
Provision of advisory services as may be required to provide expert strategic, financial and commercial advice in respect of core services:
Advice & guidance
Analysis
Reporting
Work across all sectors of industry
Meetings and costing on a planned regular programme.
Additional Scope
The Scottish Government require the Service Provider to be able to provide all services outlined below across a range of possible intervention, investment or funding structures, including debt, guarantees, grants and equity:
Financial/Commercial due diligence.
Analysis and reports on potential mergers or acquisitions and disposal of assets, Insolvency, restructuring and turnaround advice
Specialist economic and market technical expertise relevant to government
Market analysis of relevant sectors, including those strategic to Scotland
Options Appraisal in line with the principles of HMT Green Book
Evaluation exercises in line with the principles of HMT Magenta Book
Strategic and commercial advice in respect of exit strategies for Scottish Government interventions
Financial Accounting assessments
Company valuations
Counterparty due diligence, addressing financial, commercial and reputational risks
Economic impact assessments
Commercial market operator assessment in support of a wider subsidy control assessment, working with appointed legal advisors and Scottish Government’s Legal Directorate and Subsidy Control Division. This will include appropriate pricing of any financial instruments to be applied to the transaction.
Undertaking a sale and marketing process for existing investments, including marketing the business for sale, engaging with prospective purchasers and negotiating commercial heads of terms
Forensic accounting assessments.
The Scottish Government require the Service Provider to provide all services outlined above for all noted transaction and intervention types. Should the Service Provider require the use of sub-contractor to fulfil the requirements this should be noted in the Tenderer’s Single Procurement Documents (SPD) and Technical response. Further details of the required services are detailed in Annex
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £15,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The aim of the Framework Agreement is to establish a timely, efficient and effective mechanism to conduct a range of due diligence on commercial entities and companies in difficulty to inform decision making.
Due diligence assignments will encompass a wide range of activities including financial analysis, market information and risk assessment to inform the viability of companies facing challenges and assess the likelihood of a successful outcome.
It is envisaged that the appointed Service Providers will be multi-disciplinary agencies or consortia offering a range of integrated professional services including but not limited to: accountancy/financial management, and tax advice, commercial advisory services, restructuring and turnaround specialisms, specialist technical expertise such as economic and market analysis and other considerations including impacts of Subsidy Control (formerly State Aid).
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Management and Delivery Team / Weighting: 25
Quality criterion - Name: Value for Money / Weighting: 20
Quality criterion - Name: Tailored Approaches / Weighting: 20
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5
Price - Weighting: 40
two.2.11) 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
two.2.14) Additional information
A maximum of 6 Service Providers will be appointed to the Framework Agreement.
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
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 000-028702
Section five. Award of contract
Contract No
758186
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 October 2025
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Deloitte LLP
2, NEW STREET SQUARE
London
EC4A 3BZ
Telephone
+44 2073030913
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
FRP Advisory
Level 2 The Beacon, 176 St Vincent Street
Glasgow
G2 5SG
Telephone
+44 7935708468
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
PricewaterhouseCoopers LLP
1 Embankment Place
Londond
WC1N 6RH
Telephone
+44 7841568922
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Grant Thornton UK LLP
110 Queen Street
Glasgow
G1 3BX
Telephone
+44 1412230638
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Interpath Ltd
10 Fleet Place
London
EC4M 7RB
Telephone
+44 1416464282
Country
United Kingdom
NUTS code
- UKI31 - Camden and City of London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Teneo Restructuring Limited
110 West George Street
Glasgow
G2 1PJ
Telephone
+44 1416191604
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,000,000
Section six. Complementary information
six.3) Additional information
The buyer used PCS-Tender to conduct this Invitation to Tender (ITT) exercise. The Project code was 29380. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Question Scoring Methodology for Award Criteria was included in the invitation to tender as follows:
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 Framework value is an estimate which may increase or decrease over the Framework Term. Commitment to spend will only be agreed at each call off opportunity. The estimated value of the Framework Agreement in 10 million GPB with the option to extend this value to 15 million GPB. These values are estimates established during the development of the Framework Agreement.
(SC Ref:816269)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom