Award

International Technical Support Framework

SCOTTISH ENTERPRISE

This public procurement record has 2 releases in its history.

Award

28 Jul 2025 at 14:38

Tender

01 May 2025 at 13:55

Summary of the contracting process

The public procurement process led by Scottish Enterprise, titled "International Technical Support Framework," falls under the industry category of business development consultancy services. The process operates under an open procurement method and aims to appoint a single supplier through a Framework Agreement. Based in Glasgow, United Kingdom, the buying organisation intends to assist Scottish exporting companies with complex trade process and regulatory enquiries. The tender's value is estimated at £300,000 and was published on May 1, 2025, with submissions closing on June 5, 2025. The award was then made on July 4, 2025, to the Chartered Institute of Export & International Trade.

This tender presents an excellent opportunity for businesses specialising in consultancy, particularly those with experience in export and international trade, to engage with Scottish Enterprise in fostering the international ventures of local companies. Given the requirement for dealing with technical and complex trade process issues, businesses with expertise in navigating regulatory environments will find this tender particularly suited. The contract's potential to streamline significant consultancy projects could lead to further collaboration and business expansion within the Scottish and international markets. Additionally, businesses capable of providing environmental management measures that acknowledge and act upon the climate change emergency are especially well-positioned to take advantage of this tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

International Technical Support Framework

Notice 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.

Lot Information

Lot 1

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.

Renewal: The Framework Agreement will be award for an initial period of 24 months with the option to extend by 1 period of 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050b80
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043566-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79411100 - Business development consultancy services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£300,000 £100K-£500K

Notice Dates

Publication Date
28 Jul 20257 months ago
Submission Deadline
5 Jun 2025Expired
Future Notice Date
Not specified
Award Date
3 Jul 20257 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH ENTERPRISE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 6HQ
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

Supplier Information

Number of Suppliers
1
Supplier Name

CHARTERED INSTITUTE OF EXPORT & INTERNATIONAL TRADE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-050b80-2025-07-28T15:38:51+01:00",
    "date": "2025-07-28T15:38:51+01:00",
    "ocid": "ocds-h6vhtk-050b80",
    "description": "This is a relevant climate change contract, bidders are required to complete and return the attached Climate Change Plan template. SPD Statement for 2A.17 - Form of Participation (Notably as part of a group, consortium, joint venture or similar). Any 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. SPD 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. SPD Statement for 2D.1 - 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.] (SC Ref:805601)",
    "initiationType": "tender",
    "tender": {
        "id": "P26-0007",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "International Technical Support Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79411100",
            "description": "Business development consultancy services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "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't meet this requirement. Q4B.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't meet this requirement. Q4B.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't meet this requirement. Q4B.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't meet this requirement. - Employer's (Compulsory) Liability Insurance - GBP5,000,000 - Public Liability Insurance - to an appropriate level determined by the bidder - Professional Indemnity Insurance - to an appropriate level determined by the bidder",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "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. Q4C.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: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their director, which improves the payment performance. Q4C.7 - Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: 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. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. This will be evaluated on a Pass/Fail basis as follows: PASS - 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) FAIL - No Bidder Climate Change Plan produced and submitted that has been reviewed and signed off by the Board of Directors (or equivalent management body) Q4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-06-05T11:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-06-05T11:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-06-05T11:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "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. An 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."
    },
    "parties": [
        {
            "id": "GB-FTS-1478",
            "name": "Scottish Enterprise",
            "identifier": {
                "legalName": "Scottish Enterprise"
            },
            "address": {
                "streetAddress": "Atrium Court, 50 Waterloo Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 6HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Gordon Hutton",
                "telephone": "+44 1414686024",
                "email": "gordon.hutton@scotent.co.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.scottish-enterprise.com/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5762",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414298888"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-1538",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412425466",
                "email": "SPOEprocurement@scotland.gsi.gov.uk"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
            }
        },
        {
            "id": "GB-FTS-155883",
            "name": "Chartered Institute of Export & International Trade",
            "identifier": {
                "legalName": "Chartered Institute of Export & International Trade"
            },
            "address": {
                "streetAddress": "Export House, Minerva Business Park,, Lynch Wood",
                "locality": "Peterborough",
                "region": "UK",
                "postalCode": "PE2 6FT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1733404400"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1478",
        "name": "Scottish Enterprise"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796708"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "043566-2025-P26-0007-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-155883",
                    "name": "Chartered Institute of Export & International Trade"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "043566-2025-P26-0007-1",
            "awardID": "043566-2025-P26-0007-1",
            "status": "active",
            "value": {
                "amount": 300000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-04T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}