SPS007 - SCAPE Scotland Corporate Services Framework
A Tender Notice
by SCAPE PROCURE SCOTLAND LTD
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- 300M
- Sector
- BUSINESS
- Published
- 08 Apr 2026
- Delivery
- To 29 May 2030 (est.)
- Deadline
- 29 May 2026 14:00
Related Terms
Location
Edinburgh
3 buyers
- Scape Procure Scotland Edinburgh
Description
Scape Procure Scotland Limited (trading as SCAPE Scotland) is establishing a framework agreement for the provision of Corporate Services throughout Scotland. Framework has the following lotting structure: Group A (Lots 1 - 2): Advisory Services (100,000,000.00 GBP per lot, 200,000,000.00 GBP total) Group B (Lots 3 - 4): Legal Services (30,000,000.00 GBP per lot, 60,000,000.00 GBP total) Group C (Lots 5 - 6): Audit Services (20,000,000.00 GBP per lot, 40,000,000.00 GBP total) Each group contains two identical lots. Group A (Lots 1 - 2) includes the following categories: - Management Consultancy - Technology, Digital and Data Advisory - Finance and Accounting - Sustainability Group B (Lots 3 - 4) includes one category, being Legal Services. Group C (Lots 5 - 6) includes one category, being Audit Services. The annual turnover requirements for each Lot are as follows: Group A (Lots 1 - 2): 50,000,000.00 GBP per annum Group B (Lots 3 - 4): 25,000,000.00 GBP per annum Group C (Lots 5 - 6): 10,000,000.00 GBP per annum SCAPE Scotland is establishing a framework agreement for the initial period of four (4) years with an option to extend by one (1) year which will run consecutively. The maximum duration is five (5) years which is subject to the discretion of SCAPE Scotland.
Lot Division
| 1 | Advisory Services This Lot (Lot 1, Group A: Advisory Services) includes the following services: … - Finance, Accounting and Tax … The value of this Lot is 100m GBP. The annual turnover requirement for this Lot is 50m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 66000000, financial and insurance services is deemed to include 66122000, corporate finance and venture capital services and 66171000 financial consultancy services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the Prime-Core services within this Group directly. Core and Secondary services may be delivered directly or via supply chain. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. Services shall be delivered by the consultant and their supply chain, where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
| 2 | Advisory Services This Lot (Lot 2, Group A: Advisory Services) includes the following services: … - Finance, Accounting and Tax … The value of this Lot is 100m GBP. The annual turnover requirement for this Lot is 50m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 66000000, financial and insurance services is deemed to include 66122000, corporate finance and venture capital services and 66171000 financial consultancy services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the Prime-Core services within this Group directly. Core and Secondary services may be delivered directly or via supply chain. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. Services shall be delivered by the consultant and their supply chain, where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
| 3 | Legal Services This Lot (Lot 3, Group B: Legal Services) includes one category, being Legal Services. The value of this Lot is 30m GBP excluding VAT. The annual turnover requirement for this Lot is 25m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 79100000, legal services is deemed to include 79110000, legal advisory and representation services and 79140000, legal advisory and information services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the Prime-Core services within this Group directly. Core and Secondary services may be delivered directly or via supply chain. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. Services shall be delivered by the consultant and their supply chain, where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
| 4 | Legal Services This Lot (Lot 4, Group B: Legal Services) includes one category, being Legal Services. The value of this Lot is 30m GBP excluding VAT. The annual turnover requirement for this Lot is 25m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 79100000, legal services is deemed to include 79110000, legal advisory and representation services and 79140000, legal advisory and information services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the Prime-Core services within this Group directly. Core and Secondary services may be delivered directly or via supply chain. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. Services shall be delivered by the consultant and their supply chain, where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
| 5 | Audit Services This Lot (Lot 5, Group C: Audit Services) include one category, being Audit Services. The value of this Lot is 20m GBP excluding VAT. The annual turnover requirement for this Lot is 10m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 79212000, auditing services is deemed to include 79212100, financial auditing services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the entirety of services within this Group directly with the exception of any Secondary services. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
| 6 | Audit Services This Lot (Lot 6, Group C: Audit Services) include one category, being Audit Services. The value of this Lot is 20m GBP excluding VAT. The annual turnover requirement for this Lot is 10m GBP per annum excluding VAT. The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 79212000, auditing services is deemed to include 79212100, financial auditing services. At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the entirety of services within this Group directly with the exception of any Secondary services. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance and commitments will be monitored throughout the duration of the framework. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. SCAPE Scotland will shortlist the top five (5) highest scoring bidders for this Group at stage 1 (SPD) and invite them to tender. |
Renewal Options
The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients.
Award Criteria
| Quality | 70.0 |
| Cost | 30.0 |
CPV Codes
- 79400000 - Business and management consultancy and related services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212300 - Statutory audit services
- 79212400 - Fraud audit services
- 79212500 - Accounting review services
- 79100000 - Legal services
- 79110000 - Legal advisory and representation services
- 79140000 - Legal advisory and information services
- 79430000 - Crisis management services
- 79120000 - Patent and copyright consultancy services
- 66121000 - Mergers and acquisition services
- 79130000 - Legal documentation and certification services
- 79410000 - Business and management consultancy services
- 75242000 - Public law and order services
- 79994000 - Contract administration services
- 98200000 - Equal opportunities consultancy services
- 90714200 - Corporate environmental auditing services
- 90714000 - Environmental auditing
- 90713000 - Environmental issues consultancy services
- 90712000 - Environmental planning
- 90711500 - Environmental monitoring other than for construction
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
- 90711200 - Environmental standards other than for construction
- 90711100 - Risk or hazard assessment other than for construction
- 90710000 - Environmental management
- 90700000 - Environmental services
- 79421000 - Project-management services other than for construction work
- 79419000 - Evaluation consultancy services
- 79418000 - Procurement consultancy services
- 79414000 - Human resources management consultancy services
- 79411100 - Business development consultancy services
- 79313000 - Performance review services
- 79311410 - Economic impact assessment
- 79221000 - Tax consultancy services
- 79220000 - Fiscal services
- 79212110 - Corporate governance rating services
- 79211200 - Compilation of financial statements services
- 79211000 - Accounting services
- 73210000 - Research consultancy services
- 73000000 - Research and development services and related consultancy services
- 72322000 - Data management services
- 72300000 - Data services
- 72266000 - Software consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72221000 - Business analysis consultancy services
- 72220000 - Systems and technical consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72130000 - Computer-site planning consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 71800000 - Consulting services for water-supply and waste consultancy
- 71351200 - Geological and geophysical consultancy services
- 71314300 - Energy-efficiency consultancy services
- 71313100 - Noise-control consultancy services
- 71311200 - Transport systems consultancy services
- 66523000 - Pension fund consultancy services
- 66519600 - Actuarial services
- 66171000 - Financial consultancy services
- 66122000 - Corporate finance and venture capital services
- 66000000 - Financial and insurance services
- 72224000 - Project management consultancy services
- 71241000 - Feasibility study, advisory service, analysis
Indicators
- Restrictions apply to the lot award allocation.
- Bids should cover one or more lots.
- Bids should cover the whole contract.
- Renewals are available.
- Performance considerations apply.
- Professional qualifications are sought.
- Award on basis of price and quality.
Other Information
Applications are welcome from companies, consortium or joint ventures. Such parties must form a single legal entity prior to contract award in order to enter into contract. A maximum of 5 bidders will be invited to ITT stage. One supplier shall be appointed to each lot. This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts (Scotland) Regulations 2015 and additionally listed in the published Corrigendum to this notice and online at: https://scape-scotland.co.uk/site-information/framework-usage-eligibility. Due to character limitations, this Contract Notice will be followed by a Corrigendum to ensure the mention of all public sector bodies eligible to use the Framework. To access this opportunity and the tender documents, potential suppliers will be required to register for free on Delta (https://www.delta-esourcing.com). Once registered, potential suppliers will be able to access the opportunity by going to the Response Manager and providing the Delta Access Code: 3DGZ68C32S SCAPE Scotland are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com and register there for free. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the following access code: 3DGZ68C32S In compliance with procurement regulations, a draft of both the ITT and the contract is issued at this stage for information only, although these are substantially complete. The content is under review and may change when the final draft is issued at the conclusion of the 1st stage to those invited to tender. SCAPE Scotland will not enter in to any discussions regarding these draft documents or answer any questions on the content of these documents at the 1st stage. Shortlisted bidders (maximum of five (5) per Group) will have opportunity to ask clarification questions on the tender documentation during the ITT stage. SCAPE Scotland uses the Delta sourcing eTendering web portal for their procurements and this system will be used for communication, hosting procurement documentation, the SPD, and to manage the Tender stage once commenced. To access this opportunity and the tender documents, potential suppliers will be required to register for free on Delta (www.delta-esourcing.com). Once registered, potential suppliers will be able to access the opportunity by going to the Response Manager and providing the Delta Access Code: 3DGZ68C32S Potential suppliers should read this notice carefully and in full. SCAPE Scotland recognises that, as a national framework, it requires considerable investment in people, processes, and systems to create and manage expert, local, and responsive supply chains. With this is mind, a maximum framework duration has been set at 5 years. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Although the overall framework value is above 4 million GBP, SCAPE Scotland anticipates that individual call‑off contracts will fall below 4 million GBP. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Community benefit requirements will be included in this contract. The successful bidder(s) will be required to deliver benefits proportionate to the call‑off contract that support the authority’s social, economic, and environmental objectives. Examples may include (but are not limited to): employability and skills initiatives such as traineeships, apprenticeships and work placements; support for local SMEs and social enterprises through capacity‑building workshops; innovation and knowledge transfer activities; and environmental volunteering. (SC Ref:825476)
Reference
- FTS 031700-2026