Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
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
six.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
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
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom