Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South of Scotland Enterprise Agency
Carmont House, The Crichton, Bankend Road
Dumfries
DG1 4TA
UK
Contact person: Stuart Paterson
Telephone: +44 1750535901
E-mail: stuart.paterson@sose.scot
NUTS: UK
Internet address(es)
Main address: https://www.southofscotlandenterprise.com/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30448
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Due Diligence Services
Reference number: SOSE018
II.1.2) Main CPV code
66171000
II.1.3) Type of contract
Services
II.1.4) Short description
The South of Scotland Enterprise Agency are undertaking a tender process to identify and appoint a ranked framework contract service provider(s) of financial and business-related due diligence services for SME’s within the South of Scotland (Scottish Borders and Dumfries and Galloway) area.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Scottish Borders Area
II.2.2) Additional CPV code(s)
72221000
79211000
79411100
79412000
II.2.3) Place of performance
NUTS code:
UKM91
II.2.4) Description of the procurement
Provide financial and business related due diligence services to SME's within the South of Scotland area.
Types of support will include, but are not limited to:
— financial reviews;
— strategic business reviews;
— investor ready business plans;
— assessing investor proposals;
— distress situations;
— R&D/Innovation — technical assessments/R&D tax assessments; and
— general technical assessments.
II.2.5) Award criteria
Criteria below:
Quality criterion: Cyber Security
/ Weighting: Pass/Fail
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.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:
Option to extend for a 12-month extension.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Dumfries and Galloway Area
II.2.2) Additional CPV code(s)
72221000
79211000
79411100
79412000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Provide financial and business related due diligence services to SME's within the South of Scotland area.
Types of support will include, but are not limited to:
— financial reviews;
— strategic business reviews;
— investor ready business plans;
— assessing investor proposals;
— distress situations;
— R&D/innovation — technical assessments/R&D tax assessments; and
— general technical assessments.
II.2.5) Award criteria
Criteria below:
Quality criterion: Cyber Security
/ Weighting: Pass/Fail
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.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:
Option to extend for a further 12-month period.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
List and brief description of selection criteria:
4B.6 (not scored)
SOSE as a public body must comply with HMRC IR35 provisions. Therefore, where you are bidding as a personal service company (PSC) or will be using a personal service company to provide services under the framework please identify these PSC (s) in your response to 4B.6.
Minimum level(s) of standards required:
4B.5 It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded framework, the types and levels of insurance indicated below:
Professional risk indemnity insurance = GBP 1 000 000 for each and every claim (although a lower level may be accepted)
Employer’s (compulsory) liability insurance = GBP 5 000 000 for each and every claim (see http://www.hse.gov.uk/pubns/hse40.pdf)
Public liability insurance = GBP 1 000 000 for each and every claim.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/10/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/04/2021
IV.2.7) Conditions for opening of tenders
Date:
27/10/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
SOSE reserves the right to re-tender for these services upon termination of the framework or at the end of the framework period, including any extension period.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
In order to participate, bidders should register, for free, on the PCS website (www.publiccontractsscotland.gov.uk), and record their interest in this contract and download and complete all relevant documentation.
Tenders must be submitted via the PCS postbox and must be received by the published deadline. Late tenders will not be accepted. SOSE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
PCS also gives bidders access to a question and answer facility which allows queries to be submitted (anonymously), and answers published and shared with all potential bidders.
This framework will be non-exclusive i.e. SOSE reserves the right, in certain circumstances, to procure out with the framework as and when required.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=621022.
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=624972.
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.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Fair work practices will be reviewed as part of this tender process.
(SC Ref:624972)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=624972
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch St
Dumfries
DG1 2AN
UK
Telephone: +44 1387262334
VI.4.2) Body responsible for mediation procedures
Scottish Government Single Point of Enquiry
Procurement and Commercial Division, 7th Floor, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.uk
Internet address(es)
URL: www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.5) Date of dispatch of this notice
18/09/2020