Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Grangemouth Investor Relations Framework

  • Cyhoeddwyd gyntaf: 23 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 23 Mehefin 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-054f8a
Cyhoeddwyd gan:
Scottish Enterprise
ID Awudurdod:
AA22062
Dyddiad cyhoeddi:
23 Mehefin 2025
Dyddiad Cau:
28 Gorffennaf 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Enterprise

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

UK

Ffôn: +44 1414686024

E-bost: gordon.hutton@scotent.co.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scottish-enterprise.com/

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa ranbarthol neu leol

I.5) Prif weithgaredd

Materion economaidd ac ariannol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Grangemouth Investor Relations Framework

Cyfeirnod: P26-0010

II.1.2) Prif god CPV

79411100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

79411100

79400000

79413000

II.2.3) Man cyflawni

Cod NUTS:

UKM76

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Framework will be for an initial period of 36 months with the option to extend for 1 period of 12 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 28/07/2025

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 28/07/2025

Amser lleol: 11:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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.]

NOTE: 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=801866.

The 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.

Suppliers 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.

(SC Ref:801866)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801866

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

UK

Ffôn: +44 1414298888

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Ffôn: +44 1412425466

E-bost: SPOEprocurement@scotland.gsi.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Ffôn: +44 1412425466

E-bost: SPOEprocurement@scotland.gsi.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries

VI.5) Dyddiad anfon yr hysbysiad hwn

19/06/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79411100 Gwasanaethau ymgynghori ar ddatblygu busnes Gwasanaethau ymgynghori ar reoli cyffredinol
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79413000 Gwasanaethau ymgynghori ar reoli marchnata Gwasanaethau ymgynghori ar fusnes a rheoli

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
gordon.hutton@scotent.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.