Restructuring and Insolvency

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£120M
Sector
BUSINESS
Published
06 Oct 2021
Delivery
To 22 Oct 2025 (est.)
Deadline
12 Nov 2021 15:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

RM6269 - Restructuring and Insolvency is a framework agreement for the Provision of objective advice in relation to corporate restructuring and insolvency. It will be available for use by UK public sector bodies and future successor organisations, which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities. This framework agreement is a new offering from CCS and it is intended that this commercial agreement will be the recommended vehicle for all restructuring and insolvency services required by UK Central Government Departments. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

Total Quantity or Scope

Additional information: A framework contract will be awarded to 20 suppliers. The maximum number of suppliers for this framework may increase where two (2) or more bidders have tied scores in the last awarded position only. We also reserve the right to award a framework to any bidders whose final score is within 1 % of the last awarded position. The last awarded position is 20th position.

Renewal Options

The initial duration of the Framework is 3 years, with an option to extend for 1 year

Award Criteria

Quality 60
Social Value 10
price 30

CPV Codes

  • 66171000 - Financial consultancy services
  • 66000000 - Financial and insurance services
  • 66121000 - Mergers and acquisition services
  • 66122000 - Corporate finance and venture capital services
  • 71241000 - Feasibility study, advisory service, analysis
  • 72221000 - Business analysis consultancy services
  • 75130000 - Supporting services for the government
  • 75131000 - Government services
  • 79412000 - Financial management consultancy services
  • 79419000 - Evaluation consultancy services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/511bd415-6554-456e-a4f9-793b94... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains