Tender

High Growth Services Specialist Business Support Framework

  • Scottish Enterprise

F02: Contract notice

Notice identifier: 2025/S 000-013767

Procurement identifier (OCID): ocds-h6vhtk-04ff19

Published 8 April 2025, 4:29pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Enterprise

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

Email

joanne.napier@scotent.co.uk

Telephone

+44 1414685600

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

High Growth Services Specialist Business Support Framework

Reference number

P25-0049

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this ITT is to enable Scottish Enterprise (SE) to appoint suppliers to a multi Lot framework of specialists to provide commercialisation advisory and educational training support to select Scottish university pre- and post-spinout projects and other Scottish-based early-stage start-up companies within SE’s High Growth Company Support (HGCS) service.

The framework will be delivered via two services, Specialist Business Support and an Executive Education Programme, and is structured around four separate Lots.

The framework is expected to be in place for 2 years with the option to extend for a further 12 months if required.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 4 - Executive Education Programme

Lot No

4

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Executive Education Programme provides tailored training for small cohorts (typically up to 10 participants) of spin-out projects, and early-stage start-up and scale-up portfolio companies. The programme covers several key business and commercial themes (outlined below) which we know are critical to developing knowledge, skills and capabilities among academic project teams and early-stage Founder/CEOs/executive teams. It also offers valuable peer-to-peer networking and knowledge sharing opportunities among the cohorts.

This lot will be awarded to up to 2 providers.

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail

Quality criterion - Name: Project Team Structure, Business & Sectoral Knowledge / Weighting: 30

Quality criterion - Name: Investment and Commercial Networks / Weighting: 30

Quality criterion - Name: Engagement Approach / Weighting: 20

Quality criterion - Name: Added Value & Innovation / Weighting: 5

Quality criterion - Name: Information Security / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial duration of 24 months with the option to extend for a further 12 months if required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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.

two.2) Description

two.2.1) Title

Lot 2: Deeptech, Critical, and Enabling Technologies

Lot No

2

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Suppliers appointed to the Specialist Business Support part of the framework (Lots 1 – 3) must have lived entrepreneurial experience, role model credibility and a range of commercial and sectoral expertise that can deliver transformational value at critical points in an academic project’s progress to company creation or an early-stage start-up’s evolution towards scalable growth.

The Lot 2 supplier will have specific experience of working in several critical technologies areas (a term used by the UK Government), including: photonics, quantum, sensing, connectivity, and semiconductors. Related to these areas are several overlapping enabling technologies, including health diagnostics, space, climate tech, cyber-security and defence, and fintech.

One supplier will be appointed to this lot

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail

Quality criterion - Name: Project Team Structure, Business & Sectoral Knowledge / Weighting: 30

Quality criterion - Name: Investment and Commercial Networks / Weighting: 30

Quality criterion - Name: Engagement Approach / Weighting: 20

Quality criterion - Name: Added Value & Innovation / Weighting: 20

Quality criterion - Name: Information Security / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial period of 24 months with the option to extend for a further 12 months if required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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.

two.2) Description

two.2.1) Title

Lot 3: Energy Transition Technologies

Lot No

3

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Suppliers appointed to the Specialist Business Support part of the framework (Lots 1 – 3) must have lived entrepreneurial experience, role model credibility and a range of commercial and sectoral expertise that can deliver transformational value at critical points in an academic project’s progress to company creation or an early-stage start-up’s evolution towards scalable growth.

Lot 3: Energy Transition Technologies

The Lot 3 supplier will have specific experience of working in the energy transition industry including areas such as offshore wind, hydrogen, carbon capture utilisation and storage , clean heat, and marine energy.

One supplier will be appointed to this lot

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment / Weighting: Pass/fail

Quality criterion - Name: Project Team Structure, Business & Sectoral Knowledge / Weighting: 30

Quality criterion - Name: Investment and Commercial Networks / Weighting: 30

Quality criterion - Name: Engagement Approach / Weighting: 20

Quality criterion - Name: Added Value & Innovation / Weighting: 5

Quality criterion - Name: Information Security / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial period of 24 months with the option to extend for a further 12 months if required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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.

two.2) Description

two.2.1) Title

Lot 1: Life Science and Health Technologies

Lot No

1

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Suppliers appointed to the Specialist Business Support part of the framework (Lots 1 – 3) must have lived entrepreneurial experience, role model credibility and a range of commercial and sectoral expertise that can deliver transformational value at critical points in an academic project’s progress to company creation or an early-stage start-up’s evolution towards scalable growth.

The Lot 1 supplier will have specific experience of working in the life sciences and health industry, including areas such as medical devices & technology, drug discovery and testing, industrial biotech, stem cells, therapeutics, translational & personalised medicine, and agri-tech.

One Supplier will be appointed to this lot

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment / Weighting: pass/fail

Quality criterion - Name: Investment and Commercial Networks / Weighting: 30

Quality criterion - Name: Project Team Structure, Business & Sectoral Knowledge / Weighting: 30

Quality criterion - Name: Engagement Approach / Weighting: 20

Quality criterion - Name: Information Security / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Added Value & Innovation / Weighting: 5

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial 24 months with the option to extend for a further 12 months if required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The relevant selection criteria will be included in the SPD module.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD module.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD module.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 May 2025

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 May 2025

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.1.2 – 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=795565.

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:795565)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795565

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

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

Glasgow

G5 9DA

Telephone

+44 1414298888

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@scotland.gsi.gov.uk

Telephone

+44 1412425466

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.

six.4.4) Service from which information about the review procedure may be obtained

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

SPOEprocurement@scotland.gsi.gov.uk

Telephone

+44 1412425466

Country

United Kingdom