Buyer Name: Scottish Government
Buyer Address: 4 Atlantic Quay, 70 York St, Glasgow, UKM, G2 8EA, United Kingdom
Contact Name: Jonathan Nicolson
Contact Email: jonathan.nicolson@gov.scot
Contact Telephone: +44 412425466
Buyer Name: Scottish Government
Buyer Address: 4 Atlantic Quay, 70 York St, Glasgow, UKM, G2 8EA, United Kingdom
Contact Name: Jonathan Nicolson
Contact Email: jonathan.nicolson@gov.scot
Contact Telephone: +44 412425466
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
No linked documents found for this notice.
Lot Description: 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). Additional information: A maximum of 6 Service Providers will be appointed to the Framework Agreement.
Lot 1 Status: cancelled
Lot 1 Has Options: No
Lot 1 Award Criterion (quality): Methodology
Lot 1 Award Criterion (quality): Management and Delivery Team
Lot 1 Award Criterion (quality): Value for Money
Lot 1 Award Criterion (quality): Tailored Approaches
Lot 1 Award Criterion (quality): Community Benefits
Lot 1 Award Criterion (quality): Fair Work First
Lot 1 Award Criterion (quality): Business Continuity and Disaster Recovery
{
"awards": [
{
"id": "075213-2025-758186-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-53334",
"name": "Deloitte LLP"
},
{
"id": "GB-FTS-64670",
"name": "FRP Advisory"
},
{
"id": "GB-FTS-166967",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-27849",
"name": "Grant Thornton UK LLP"
},
{
"id": "GB-FTS-166968",
"name": "Interpath Ltd"
},
{
"id": "GB-FTS-166969",
"name": "Teneo Restructuring Limited"
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 8
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
},
"buyer": {
"id": "GB-FTS-10601",
"name": "Scottish Government"
},
"contracts": [
{
"awardID": "075213-2025-758186-1",
"dateSigned": "2025-10-31T00:00:00Z",
"id": "075213-2025-758186-1",
"status": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
}
}
],
"date": "2025-11-19T13:02:25Z",
"description": "The buyer used PCS-Tender to conduct this Invitation to Tender (ITT) exercise. The Project code was 29380. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nThe Question Scoring Methodology for Award Criteria was included in the invitation to tender as follows:\n0 \u2014 Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.\n1 \u2014 Poor. Response is partially relevant but generally poor. The response addresses some elements of the\nrequirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be\nfulfilled.\n2 \u2014 Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the\nrequirement but may lack details on how the requirement will be fulfilled in certain areas.\n3 \u2014 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good\nunderstanding and provides details on how the requirements will be fulfilled.\n4 \u2014 Excellent. Response is completely relevant and excellent overall.\nThe 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.\n(SC Ref:816269)",
"id": "075213-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800078",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04de02",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8EA",
"region": "UKM",
"streetAddress": "4 Atlantic Quay, 70 York St"
},
"contactPoint": {
"email": "jonathan.nicolson@gov.scot",
"name": "Jonathan Nicolson",
"telephone": "+44 412425466"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"id": "MINISTRY",
"scheme": "TED_CA_TYPE"
},
{
"description": "Economic affairs",
"id": "04",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
},
"id": "GB-FTS-10601",
"identifier": {
"legalName": "Scottish Government"
},
"name": "Scottish Government",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC4A 3BZ",
"region": "UK",
"streetAddress": "2, NEW STREET SQUARE"
},
"contactPoint": {
"telephone": "+44 2073030913"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-53334",
"identifier": {
"legalName": "Deloitte LLP"
},
"name": "Deloitte LLP",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 5SG",
"region": "UK",
"streetAddress": "Level 2 The Beacon, 176 St Vincent Street"
},
"contactPoint": {
"telephone": "+44 7935708468"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-64670",
"identifier": {
"legalName": "FRP Advisory"
},
"name": "FRP Advisory",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Londond",
"postalCode": "WC1N 6RH",
"region": "UK",
"streetAddress": "1 Embankment Place"
},
"contactPoint": {
"telephone": "+44 7841568922"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-166967",
"identifier": {
"legalName": "PricewaterhouseCoopers LLP"
},
"name": "PricewaterhouseCoopers LLP",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G1 3BX",
"region": "UKM",
"streetAddress": "110 Queen Street"
},
"contactPoint": {
"telephone": "+44 1412230638"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-27849",
"identifier": {
"legalName": "Grant Thornton UK LLP"
},
"name": "Grant Thornton UK LLP",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "EC4M 7RB",
"region": "UKI31",
"streetAddress": "10 Fleet Place"
},
"contactPoint": {
"telephone": "+44 1416464282"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-166968",
"identifier": {
"legalName": "Interpath Ltd"
},
"name": "Interpath Ltd",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 1PJ",
"region": "UK",
"streetAddress": "110 West George Street"
},
"contactPoint": {
"telephone": "+44 1416191604"
},
"details": {
"scale": "large"
},
"id": "GB-FTS-166969",
"identifier": {
"legalName": "Teneo Restructuring Limited"
},
"name": "Teneo Restructuring Limited",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"streetAddress": "27 Chamber Street"
},
"details": {
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
},
"id": "GB-FTS-32093",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"award",
"contract"
],
"tender": {
"classification": {
"description": "Financial consultancy services",
"id": "66171000",
"scheme": "CPV"
},
"coveredBy": [
"GPA"
],
"description": "SCOPE OF REQUIREMENTS\nThe scope of work will comprise of standard due diligence and financial governance. This is what will be termed \u2018core\u2019 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.\nCore Scope\nProvision of advisory services as may be required to provide expert strategic, financial and commercial advice in respect of core services:\nAdvice \u0026 guidance\nAnalysis\nReporting\nWork across all sectors of industry\nMeetings and costing on a planned regular programme.\nAdditional Scope\nThe 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:\nFinancial/Commercial due diligence.\nAnalysis and reports on potential mergers or acquisitions and disposal of assets, Insolvency, restructuring and turnaround advice\nSpecialist economic and market technical expertise relevant to government\nMarket analysis of relevant sectors, including those strategic to Scotland\nOptions Appraisal in line with the principles of HMT Green Book\nEvaluation exercises in line with the principles of HMT Magenta Book\nStrategic and commercial advice in respect of exit strategies for Scottish Government interventions\nFinancial Accounting assessments\nCompany valuations\nCounterparty due diligence, addressing financial, commercial and reputational risks\nEconomic impact assessments\nCommercial market operator assessment in support of a wider subsidy control assessment, working with appointed legal advisors and Scottish Government\u2019s Legal Directorate and Subsidy Control Division. This will include appropriate pricing of any financial instruments to be applied to the transaction.\nUndertaking a sale and marketing process for existing investments, including marketing the business for sale, engaging with prospective purchasers and negotiating commercial heads of terms\nForensic accounting assessments.\nThe 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\u2019s Single Procurement Documents (SPD) and Technical response. Further details of the required services are detailed in Annex",
"id": "758186",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "20",
"name": "Methodology",
"type": "quality"
},
{
"description": "25",
"name": "Management and Delivery Team",
"type": "quality"
},
{
"description": "20",
"name": "Value for Money",
"type": "quality"
},
{
"description": "20",
"name": "Tailored Approaches",
"type": "quality"
},
{
"description": "5",
"name": "Community Benefits",
"type": "quality"
},
{
"description": "5",
"name": "Fair Work First",
"type": "quality"
},
{
"description": "5",
"name": "Business Continuity and Disaster Recovery",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"description": "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.\nDue 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.\nIt 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). Additional information: A maximum of 6 Service Providers will be appointed to the Framework Agreement.",
"hasOptions": false,
"id": "1",
"status": "cancelled"
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "complete",
"techniques": {
"hasFrameworkAgreement": true
},
"title": "DED - Commercial Advisor Framework 2"
}
}