Due Diligence Tender
To conduct a range of due diligence on companies in difficulty to inform decision making.
United Kingdom-Glasgow: Business and management consultancy and related services
2019/S 145-357657
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Contact person: Lesley Reid
Telephone: +44 1412482700
E-mail: lesley.reid@scotent.co.uk
Fax: +44 1412481600
NUTS code: UKM82
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Business Response Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The aim of this framework is to establish a timely, efficient and effective mechanism to conduct a range of due diligence on 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 successful turnaround.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The aim of this framework is to establish a timely, efficient and effective mechanism to conduct a range of due diligence on 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 successful turnaround.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework agreement will be awarded for 36 months with an option to extend for one further period of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
4B.5.1 Please confirm whether you already have or can commit to obtain, prior to the commencement of the contract, appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.
Employer’s (compulsory) liability insurance: 5 000 000 GBP.
Professional indemnity insurance: bidders should state the value that they consider to be appropriate for the contract.
III.1.3)Technical and professional ability
4C.1.2 Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU contract notice or the relevant section of the site notice.
Q4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/A
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Dates and other information contained in this notice are communicated as being indicative only and may be subject to change.
The contracting authority does not bind itself to accept the lowest or any offer.
The contracting authority reserves the right to accept part of 1 or more offers.
The contracting authority will not be liable for any costs incurred by those expressing an interest in or tendering for this contract.
Compliance with all relevant legislation is required during the tendering process and the terms of any resulting contract.
Bidders may be required to attend for interview.
Any contract awarded will be subject to the law of Scotland.
The contracting authority reserves the right to source the services through existing framework agreements.
The contracting authority reserves the right to assign all or part of any contracts resulting from this process.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=557727
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.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=592462
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.
(SC Ref:592462)
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 1412482700
Fax: +44 1412481600Internet address: http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
Scottish Procurement, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.4.3)Review procedure
In the first instance, contact the Senior Director of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 (SSI 2012/88) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
Scottish Procurement, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.5)Date of dispatch of this notice: