Notice Information
Notice Title
DED - Commercial Advisor Framework 2
Notice 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
Lot Information
Commercial Advisor Framework 2
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.
Renewal: Option to extend for 1 year plus 1 additional year to a maximum of 4 years.
Commercial Advisor Framework 2The purpose of this Prior Information Notice is to give advance notice of our intentions to the market. The Scottish Government is currently conducting internal engagement with policy areas and key stakeholders to determine the lotting structure of the Framework agreement. Please record your interest in this notice and you will automatically receive updates as we progress.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04de02
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/075213-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66171000 - Financial consultancy services
72221000 - Business analysis consultancy services
79412000 - Financial management consultancy services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £15,000,000 £10M-£100M
Notice Dates
- Publication Date
- 19 Nov 20253 months ago
- Submission Deadline
- 25 Jul 2025Expired
- Future Notice Date
- 17 Mar 2025Expired
- Award Date
- 31 Oct 20253 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Jonathan Nicolson
- Contact Email
- jonathan.nicolson@gov.scot
- Contact Phone
- +44 412425466
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8EA
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04de02-2025-11-19T13:02:25Z",
"date": "2025-11-19T13:02:25Z",
"ocid": "ocds-h6vhtk-04de02",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "758186",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DED - Commercial Advisor Framework 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
"mainProcurementCategory": "services",
"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",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Commercial Advisor Framework 2",
"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.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Management and Delivery Team",
"type": "quality",
"description": "25"
},
{
"name": "Value for Money",
"type": "quality",
"description": "20"
},
{
"name": "Tailored Approaches",
"type": "quality",
"description": "20"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Business Continuity and Disaster Recovery",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 1 year plus 1 additional year to a maximum of 4 years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Commercial Advisor Framework 2",
"description": "The purpose of this Prior Information Notice is to give advance notice of our intentions to the market. The Scottish Government is currently conducting internal engagement with policy areas and key stakeholders to determine the lotting structure of the Framework agreement. Please record your interest in this notice and you will automatically receive updates as we progress.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2025-03-17T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD 4B.4 - Bidders must demonstrate a Current Ratio of no less than 1 in the financial years specified in the SPD. 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. SPD 4B.5 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Professional Risk Indemnity: in the sum of not less than 5 Million GBP. Employer's (Compulsory) Liability: in accordance with any legal obligation for the time being in force but in any event in the sum of not less than Five million pounds 5 Million GBP. Public Liability- including Abuse Liability: in the sum of not less than 5 Million GBP. Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD 4C.4 - Bidders must provide a statement of the relevant supply chain management and/or tracking systems used. SPD 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. SPD 4C.10 - Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement Contract and what service the sub-contractor will provide.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"tenderPeriod": {
"endDate": "2025-07-25T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2025-07-25T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-25T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-10601",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jonathan Nicolson",
"telephone": "+44 412425466",
"email": "jonathan.nicolson@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "04",
"description": "Economic affairs"
}
]
}
},
{
"id": "GB-FTS-32093",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chamber Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-53334",
"name": "Deloitte LLP",
"identifier": {
"legalName": "Deloitte LLP"
},
"address": {
"streetAddress": "2, NEW STREET SQUARE",
"locality": "London",
"region": "UK",
"postalCode": "EC4A 3BZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2073030913"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-64670",
"name": "FRP Advisory",
"identifier": {
"legalName": "FRP Advisory"
},
"address": {
"streetAddress": "Level 2 The Beacon, 176 St Vincent Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G2 5SG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7935708468"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-166967",
"name": "PricewaterhouseCoopers LLP",
"identifier": {
"legalName": "PricewaterhouseCoopers LLP"
},
"address": {
"streetAddress": "1 Embankment Place",
"locality": "Londond",
"region": "UK",
"postalCode": "WC1N 6RH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7841568922"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-27849",
"name": "Grant Thornton UK LLP",
"identifier": {
"legalName": "Grant Thornton UK LLP"
},
"address": {
"streetAddress": "110 Queen Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G1 3BX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412230638"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-166968",
"name": "Interpath Ltd",
"identifier": {
"legalName": "Interpath Ltd"
},
"address": {
"streetAddress": "10 Fleet Place",
"locality": "London",
"region": "UKI31",
"postalCode": "EC4M 7RB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1416464282"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-166969",
"name": "Teneo Restructuring Limited",
"identifier": {
"legalName": "Teneo Restructuring Limited"
},
"address": {
"streetAddress": "110 West George Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G2 1PJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1416191604"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-10601",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800078"
}
],
"language": "en",
"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"
}
]
}
],
"contracts": [
{
"id": "075213-2025-758186-1",
"awardID": "075213-2025-758186-1",
"status": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"dateSigned": "2025-10-31T00:00:00Z"
}
],
"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
}
]
}
}