Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Contact
HIE Procurement
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Manufacturing Innovation Centre Moray (MICM) - Service Operator
Reference number
FTS 039
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
THIS IS A CONTRACT AWARD NOTICE AND AS SUCH THE PROCUREMENT PROCESS IS COMPLETE.
HIE has appointed a service operator for the Manufacturing Innovation Centre Moray (MICM).
The services are required from 3 October 2025 for an initial period of 3 years, unless terminated in accordance with the provisions of the Contract. HIE has an option to extend the contract period by up to 2 years, until 2 October 2030.
The value of the initial 3-year period is GBP 804,738 (excluding VAT) including GBP 150,879 (excluding VAT) for various allowances.
The total contract value in section II.1.7 and V.2.4. refers to the total contract value including the optional extension period/s and the various allowances.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,299,705
two.2) Description
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71621000 - Technical analysis or consultancy services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
- 73220000 - Development consultancy services
- 79410000 - Business and management consultancy services
- 79420000 - Management-related services
- 79411100 - Business development consultancy services
- 79415000 - Production management consultancy services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
MICM building (Unit 9) on the Enterprise Park Forres (IV36 2AU)
two.2.4) Description of the procurement
The Service Operator will develop, operate and manage the MICM service.
MICM is one of eight strategic projects forming part of the Moray Growth Deal (MGD).
Located at Enterprise Park Forres, MICM will provide diagnostics, advice, information, signposting and access to funding, to businesses. Its primary focus will be on stimulating innovation and growth in product and process development, with a strong emphasis on transitioning to low carbon practices. There will be space in the building for business start-up incubation and space for existing business to undertake innovation projects, as well as demonstration facilities showcasing advanced technology and equipment.
Please refer to the tender documents for full details.
two.2.5) Award criteria
Quality criterion - Name: Q1 Prompt Payment Standard Clause / Weighting: pass/fail
Quality criterion - Name: Q2 Cyber Security / Weighting: pass/fail
Quality criterion - Name: Q3 UK data centres / Weighting: pass/fail
Quality criterion - Name: Q4 Payment of the Real Living Wage / Weighting: pass/fail
Quality criterion - Name: Q5 Mobilisation/stand-up period / Weighting: 10%
Quality criterion - Name: Q6 Management and Delivery Methodology / Weighting: 18%
Quality criterion - Name: Q7 Marketing and Promotion (after the stand-up period) / Weighting: 10%
Quality criterion - Name: Q8 Management and Delivery Team / Weighting: 20%
Quality criterion - Name: Q9b Community Benefits Part B – Monitoring and Reporting / Weighting: 2%
Quality criterion - Name: Q10 Fair Work First / Weighting: 5%
Price - Weighting: 35%
two.2.11) Information about options
Options: Yes
Description of options
HIE reserves the right, on giving reasonable written notice from time to time, to require changes to the Services in response to changes in circumstance such as:
-evidence of actual demand for the various Services or for new Services.
-the tested validity of initial assumptions (including assumptions about Allowances).
-increased or decreased funding availability.
-additional income generation which exceeds targets.
-evolving operational circumstances.
-the outcome annual reviews.
-the results of business surveys.
In response to changed circumstances, irrespective of the monetary value of the change, HIE may require a range of changes to the Services, such as:
-the removal of Services;
-the addition of new Services;
-increasing or decreasing the Services;
-re-designing the Service provision;
-revising project KPIs/Milestones;
-amending the Equipment and Technology Strategy; or
-specifying the order in which the Services are to be performed.
The above lists of circumstances and potential changes are not exhaustive and HIE may require such other changes as are appropriate.
Specific modifications may include but need not be limited to:
-A requirement to promote the uptake by self-managed, longer-term tenants of newly available Grow-on space at Unit 10, Enterprise Park Forres, from 2029/2030.
-A move to virtual delivery (wholly or partially).
-Changes to the service provision/programme as a result of ongoing review/improvements.
-Temporary increases of resource provision, due to peaks in demand (e.g. to support equipment procurement activity).
For full details please refer to the 'Contract modification' section in the Scope of Requirements and Guidance document.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-021071
Section five. Award of contract
Contract No
FTS 039
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 October 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Enterprise North East Trust Limited t/a Elevator
1st Floor, Blenheim House, Fountainhall Road
Aberdeen
AB15 4DT
Country
United Kingdom
NUTS code
- UKM50 - Aberdeen City and Aberdeenshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,299,705
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 25 %
Short description of the part of the contract to be subcontracted
provision of additional expertise when required
Section six. Complementary information
six.3) Additional information
The values in section II.1.7 & V.2.4 refer to the total contract value over the maximum length of the contract, including extension options and various allowances.
(SC Ref:811864)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 may bring proceedings in the Sheriff Court of the Court of Session.