Contract

Manufacturing Innovation Centre Moray (MICM) - Service Operator

  • Highlands and Islands Enterprise

F03: Contract award notice

Notice identifier: 2025/S 000-062371

Procurement identifier (OCID): ocds-h6vhtk-04ad23 (view related notices)

Published 6 October 2025, 9:21am



Section one: Contracting authority

one.1) Name and addresses

Highlands and Islands Enterprise

An Lòchran, 10 Inverness Campus

Inverness

IV2 5NA

Contact

HIE Procurement

Email

hieprocurement@hient.co.uk

Telephone

+44 1463245245

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.hie.co.uk

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

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

Internet address

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

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.