Notice Information
Notice Title
Grangemouth Investor Relations Framework
Notice Description
The purpose of this ITT is to appoint a single supplier to a Framework Agreement to develop and implement an industry led investor relations proposition for Grangemouth which showcases opportunities for investing in the site. This is in line with the expectations of the Grangemouth Future Industries Programme Board (GFIB), landowners, communities and unions and supports the Just Transition Plan being led by the Scottish Government, as set out below, to Scottish Enterprise.
Lot Information
Lot 1
The purpose of this ITT is to appoint a single supplier to a Framework Agreement to develop and implement an industry led investor relations proposition for Grangemouth which showcases opportunities for investing in the site. This is in line with the expectations of the Grangemouth Future Industries Programme Board (GFIB), landowners, communities and unions and supports the Just Transition Plan being led by the Scottish Government, as set out below, to Scottish Enterprise.
Renewal: The Framework will be for an initial period of 36 months with the option to extend for 1 period of 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-054f8a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062752-2025
- 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
79400000 - Business and management consultancy and related services
79411100 - Business development consultancy services
79413000 - Marketing management consultancy services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,000,000 £1M-£10M
Notice Dates
- Publication Date
- 7 Oct 20254 months ago
- Submission Deadline
- 28 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Sep 20255 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH ENTERPRISE
- Contact Name
- Not specified
- Contact Email
- gordon.hutton@scotent.co.uk
- Contact Phone
- +44 1414686024
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
- TLM76 Falkirk
-
- 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-054f8a-2025-10-07T10:29:48+01:00",
"date": "2025-10-07T10:29:48+01:00",
"ocid": "ocds-h6vhtk-054f8a",
"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:812225)",
"initiationType": "tender",
"tender": {
"id": "P26-0010",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Grangemouth Investor Relations 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 to a Framework Agreement to develop and implement an industry led investor relations proposition for Grangemouth which showcases opportunities for investing in the site. This is in line with the expectations of the Grangemouth Future Industries Programme Board (GFIB), landowners, communities and unions and supports the Just Transition Plan being led by the Scottish Government, as set out below, to Scottish Enterprise.",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The purpose of this ITT is to appoint a single supplier to a Framework Agreement to develop and implement an industry led investor relations proposition for Grangemouth which showcases opportunities for investing in the site. This is in line with the expectations of the Grangemouth Future Industries Programme Board (GFIB), landowners, communities and unions and supports the Just Transition Plan being led by the Scottish Government, as set out below, to Scottish Enterprise.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework will be for an initial period of 36 months with the option to extend for 1 period of 12 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM76"
},
{
"region": "UKM76"
}
],
"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 GBP500,000 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": "2025-07-28T11:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2025-07-28T11:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-28T11:00:00+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": {
"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-163163",
"name": "Aspect: The Strategic Communication Experts",
"identifier": {
"legalName": "Aspect: The Strategic Communication Experts"
},
"address": {
"streetAddress": "42 Carden Place",
"locality": "Aberdeen",
"region": "UKM50",
"postalCode": "AB101UP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7785467530"
},
"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-r6ebe6-0000801866"
}
],
"language": "en",
"awards": [
{
"id": "062752-2025-P26-0010-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-163163",
"name": "Aspect: The Strategic Communication Experts"
}
]
}
],
"contracts": [
{
"id": "062752-2025-P26-0010-1",
"awardID": "062752-2025-P26-0010-1",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2025-09-12T00:00:00+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
}
]
}
}