Buyer Name: Scottish Enterprise
Buyer Address: Atrium Court, 50 Waterloo Street, Glasgow, UKM82, G2 6HQ, United Kingdom
Contact Name: Gordon Hutton
Contact Email: gordon.hutton@scotent.co.uk
Contact Telephone: +44 1414686024
Buyer Name: Scottish Enterprise
Buyer Address: Atrium Court, 50 Waterloo Street, Glasgow, UKM82, G2 6HQ, United Kingdom
Contact Name: Gordon Hutton
Contact Email: gordon.hutton@scotent.co.uk
Contact Telephone: +44 1414686024
The purpose of this ITT is to appoint a single supplier, operating under a Framework Agreement, to provide Services to Scottish Enterprise (“SE”), and the respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives (together, the “Purchasers”). Scottish Enterprise (therein referred to as SE) is seeking to tender a package of support to service the demand from Scottish based exporting companies with trade process and regulatory enquiries which are complex or technical in nature. The main objective is to assist companies to overcome real time challenges and issues to help them continue to export goods and services.
No linked documents found for this notice.
Lot Description: The purpose of this ITT is to appoint a single supplier, operating under a Framework Agreement, to provide Services to Scottish Enterprise (“SE”), and the respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives (together, the “Purchasers”). Scottish Enterprise (therein referred to as SE) is seeking to tender a package of support to service the demand from Scottish based exporting companies with trade process and regulatory enquiries which are complex or technical in nature. The main objective is to assist companies to overcome real time challenges and issues to help them continue to export goods and services. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot 1 Status: active
Lot 1 Has Options: No
{
"buyer": {
"id": "GB-FTS-1478",
"name": "Scottish Enterprise"
},
"date": "2025-05-01T14:55:13+01:00",
"description": "This is a relevant climate change contract, bidders are required to complete and return the attached Climate Change Plan template.\nSPD Statement for 2A.17 \u2013 Form of Participation (Notably as part of a group, consortium, joint venture or similar).\nAny contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.\nSPD Statement for 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.\nSPD Statement for 2D.1 \u2013 If the bidder proposes to subcontract any part(s) of the service and those sub-contractors are not relied upon, they should arrange for a separate SPD response from each potential subcontractor. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion. [This may be requested at the selection stage or prior to the subcontractor commencing work on the contract.]\nNOTE: 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=796708.\nThe 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.\nSuppliers 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.\n(SC Ref:796708)\nDownload the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=796708",
"id": "018479-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796708",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-050b80",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 6HQ",
"region": "UKM82",
"streetAddress": "Atrium Court, 50 Waterloo Street"
},
"contactPoint": {
"email": "gordon.hutton@scotent.co.uk",
"name": "Gordon Hutton",
"telephone": "+44 1414686024",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398",
"classifications": [
{
"description": "Regional or local agency/office",
"id": "REGIONAL_AGENCY",
"scheme": "TED_CA_TYPE"
},
{
"description": "Economic affairs",
"id": "04",
"scheme": "COFOG"
}
],
"url": "http://www.scottish-enterprise.com/"
},
"id": "GB-FTS-1478",
"identifier": {
"legalName": "Scottish Enterprise"
},
"name": "Scottish Enterprise",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "Sheriff Clerk\u2019s Office, PO Box 23, 1 Carlton Place,"
},
"contactPoint": {
"telephone": "+44 1414298888"
},
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
},
"id": "GB-FTS-5762",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8LU",
"streetAddress": "5 Atlantic Quay, 150 Broomielaw"
},
"contactPoint": {
"email": "SPOEprocurement@scotland.gsi.gov.uk",
"telephone": "+44 1412425466"
},
"details": {
"url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
},
"id": "GB-FTS-1538",
"identifier": {
"legalName": "Scottish Government"
},
"name": "Scottish Government",
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-06-05T11:00:00+01:00"
},
"bidOpening": {
"date": "2025-06-05T11:00:00+01:00"
},
"classification": {
"description": "Business development consultancy services",
"id": "79411100",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"description": "The purpose of this ITT is to appoint a single supplier, operating under a Framework Agreement, to provide Services to Scottish Enterprise (\u201cSE\u201d), and the respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives (together, the \u201cPurchasers\u201d).\nScottish Enterprise (therein referred to as SE) is seeking to tender a package of support to service the demand from Scottish based exporting companies with trade process and regulatory enquiries which are complex or technical in nature. The main objective is to assist companies to overcome real time challenges and issues to help them continue to export goods and services.",
"hasRecurrence": false,
"id": "P26-0007",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"contractPeriod": {
"durationInDays": 1080
},
"description": "The purpose of this ITT is to appoint a single supplier, operating under a Framework Agreement, to provide Services to Scottish Enterprise (\u201cSE\u201d), and the respective subsidiary and associated companies and undertakings, and public bodies sharing complementary economic development and/or training objectives (together, the \u201cPurchasers\u201d).\nScottish Enterprise (therein referred to as SE) is seeking to tender a package of support to service the demand from Scottish based exporting companies with trade process and regulatory enquiries which are complex or technical in nature. The main objective is to assist companies to overcome real time challenges and issues to help them continue to export goods and services. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The Framework Agreement will be award for an initial period of 24 months with the option to extend by 1 period of 12 months."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"reviewDetails": "In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries. Email: https://www.scottish-enterprise.com/help/contact-us.\nAn economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the High Court.",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Q4B.1.b - Bidders will be expected to have an average yearly turnover of a minimum of GBP100,000 for the last 2 years. Scottish Enterprise reserves the right to exclude bidders who don\u2019t meet this requirement.\nQ4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Scottish Enterprise reserves the right to exclude bidders who don\u2019t meet this requirement.\nQ4B.4 - Bidders will be expected to state the value(s) for the following financial ratio(s): Liquidity ratio, greater than or equal to 0.80. The liquidity ratio is calculated as current assets minus inventory (stock) divided by current liabilities for each of the last two years and the average of these equals the ratio. Scottish Enterprise reserves the right to exclude bidders who don\u2019t meet this requirement.\nQ4B.5.1 - Please confirm below whether you already have or can commit to obtain, prior to the commencement of the contract, the 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. Scottish Enterprise reserves the right to exclude bidders who don\u2019t meet this requirement.\n- Employer\u0027s (Compulsory) Liability Insurance - GBP5,000,000\n- Public Liability Insurance \u2013 to an appropriate level determined by the bidder\n- Professional Indemnity Insurance \u2013 to an appropriate level determined by the bidder",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Q4C.1.2 - Bidders will be required to provide 2 relevant examples of similar commissions in which they have been involved. Each example should be no more than 200 words and include a description of the key outputs delivered, duration, value and the customer/client. Bidders can submit examples in a separate document to allow room to provide details of the service provided. These will be evaluated on a PASS/FAIL basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service.\nQ4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:\na) their standard payment terms\nb) \u226595% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year\nIf the bidder is unable to confirm (b) they must provide an improvement plan, signed by their director, which improves the payment performance.\nQ4C.7 - Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:\nBidders 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. Accepted evidence includes but is not limited to:\n- a completed copy of the Bidder \u2018relevant contract\u2019 Climate Change Plan Template, including planned projects and actions to reduce the bidder\u2019s carbon emissions. This does not need to contain calculated carbon emissions.\nThis will be evaluated on a Pass/Fail basis as follows:\nPASS \u2013 Production and submission of a Bidder Climate Change Plan that has been reviewed and signed off by the Board of Directors (or equivalent management body)\nFAIL \u2013 No Bidder Climate Change Plan produced and submitted that has been reviewed and signed off by the Board of Directors (or equivalent management body)\nQ4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 90
},
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"maximumParticipants": 1
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-06-05T11:00:00+01:00"
},
"title": "International Technical Support Framework",
"value": {
"amount": 300000,
"currency": "GBP"
}
}
}