Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Contact
Alison McManus
Telephone
+44 1414685025
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
http://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
http://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
Workplace Innovation Leadership Development Programme
Reference number
P26-0006
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
Scottish Enterprise is commissioning a Framework Agreement to deliver its Workplace Innovation Leadership Development Programme. Our Workplace Innovation Leadership Development Programme supports the ongoing development of business leaders at all levels and stages of experience. Delivered under a framework agreement with multiple suppliers across the Scottish Enterprise area, the programme plays a key role in cultivating leadership capability and innovation within businesses.
The Framework will comprise of four separate single supplier lots as detailed below:
Lot 1 – Transformational Leadership
Lot 2 – Innovating Leadership: AI, Data & Emerging Tech
Lot 3 – Growth Through Risk & Ambition
Lot 4 – Leadership in Times of Geopolitical & Economic Volatility
Bidders may bid for more than one lot but can only be awarded one lot, unless there are no other acceptable bids. In such cases, a bidder may be awarded more than one lot.
It is anticipated that the Framework will start on 6 April 2026 for a period of 24 months. After this period, Scottish Enterprise will have the option to extend the contract for a further 2 periods of 12 months each.
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 maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Transformational Leadership
Lot No
1
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79900000 - Miscellaneous business and business-related services
- 79990000 - Miscellaneous business-related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Delivery across Scotland.
two.2.4) Description of the procurement
Lot 1 – Transformational Leadership
A cohesive leadership programme designed for both emerging and established leaders, with consistent core themes and tailored content to reflect each group's unique needs and experiences.
The Workplace Innovation Leadership Development Programme will consist of a series of structured learning sessions and topic specific diagnostic tools, delivered over a period of 2 - 6 months, depending on the Lot. Delivery will follow a hybrid model, combining online and face-to-face formats to maximise accessibility and impact.
The Framework will deliver programmes across the Scottish Enterprise area, responding to demand. Where appropriate, programmes may also be delivered in collaboration with other enterprise agencies across Scotland.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment (only relevant where sub-contractors are proposed) / Weighting: Pass/Fail
Quality criterion - Name: Project team structure including roles and responsibilities of the proposed team / Weighting: 25
Quality criterion - Name: Methodology and proposed approach / Weighting: 25
Quality criterion - Name: Innovation / Weighting: 30
Quality criterion - Name: Communication and engagement skills (to be assessed via presentation) / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £705,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 24 months. After this time Scottish Enterprise has the option to extend the Framework for a further two periods of 12 months each (maximum period of 48 months).
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
Innovating Leadership: AI, Data and Emerging Technology
Lot No
2
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79900000 - Miscellaneous business and business-related services
- 79990000 - Miscellaneous business-related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Delivery across Scotland.
two.2.4) Description of the procurement
Lot 2 – Innovating Leadership: AI, Data and Emerging Tech
To empower leaders to embed AI, data, and emerging tech into strategy, foster ethical leadership, and drive internal innovation in a tech-enabled world.
The Workplace Innovation Leadership Development Programme will consist of a series of structured learning sessions and topic specific diagnostic tools, delivered over a period of 2 - 6 months, depending on the Lot. Delivery will follow a hybrid model, combining online and face-to-face formats to maximise accessibility and impact.
The Framework will deliver programmes across the Scottish Enterprise area, responding to demand. Where appropriate, programmes may also be delivered in collaboration with other enterprise agencies across Scotland.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment (only relevant where sub-contractors are proposed) / Weighting: Pass/Fail
Quality criterion - Name: Project team structure including roles and responsibilities of the proposed team / Weighting: 25
Quality criterion - Name: Methodology and proposed approach / Weighting: 25
Quality criterion - Name: Innovation / Weighting: 30
Quality criterion - Name: Communication and engagement skills (to be assessed via presentation) / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £165,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 24 months. After this time Scottish Enterprise has the option to extend the Framework for a further two periods of 12 months each (maximum period of 48 months).
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
Growth Through Risk and Ambition
Lot No
3
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79900000 - Miscellaneous business and business-related services
- 79990000 - Miscellaneous business-related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Delivery across Scotland.
two.2.4) Description of the procurement
Lot 3 – Growth Through Risk and Ambition
To support leaders in evaluating growth strategies, embracing risk as a catalyst for innovation, and exploring strategic options like investment, mergers, and ESG-aligned finance. Encourages a culture of learning through experimentation.
The Workplace Innovation Leadership Development Programme will consist of a series of structured learning sessions and topic specific diagnostic tools, delivered over a period of 2 - 6 months, depending on the Lot. Delivery will follow a hybrid model, combining online and face-to-face formats to maximise accessibility and impact.
The Framework will deliver programmes across the Scottish Enterprise area, responding to demand. Where appropriate, programmes may also be delivered in collaboration with other enterprise agencies across Scotland.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment (only relevant where sub-contractors are proposed) / Weighting: Pass/Fail
Quality criterion - Name: Project Team Structure including roles and responsibilities of the proposed team / Weighting: 25
Quality criterion - Name: Methodology and proposed approach / Weighting: 25
Quality criterion - Name: Innovation / Weighting: 30
Quality criterion - Name: Communication & Engagement Skills (to be assessed via presentation) / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £165,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 24 months. After this time Scottish Enterprise has the option to extend the Framework for a further two periods of 12 months each (maximum period of 48 months).
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
Leadership in times of Geopolitical and Economic Volatility
Lot No
4
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79900000 - Miscellaneous business and business-related services
- 79990000 - Miscellaneous business-related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Delivery across Scotland
two.2.4) Description of the procurement
Lot 4 – Leadership in Times of Geopolitical and Economic Volatility
Helps leaders build resilience, agility, change capability and foresight to lead through uncertainty, global disruption, and change—while staying focused on long-term sustainability and stakeholder trust.
The Workplace Innovation Leadership Development Programme will consist of a series of structured learning sessions and topic specific diagnostic tools, delivered over a period of 2 - 6 months, depending on the Lot. Delivery will follow a hybrid model, combining online and face-to-face formats to maximise accessibility and impact.
The Framework will deliver programmes across the Scottish Enterprise area, responding to demand. Where appropriate, programmes may also be delivered in collaboration with other enterprise agencies across Scotland.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment (only relevant where sub-contractors are proposed) / Weighting: Pass/Fail
Quality criterion - Name: Project Team Structure including roles and responsibilities of the proposed team / Weighting: 25
Quality criterion - Name: Methodology and proposed approach / Weighting: 25
Quality criterion - Name: Innovation / Weighting: 30
Quality criterion - Name: Communication & Engagement Skills (to be assessed via presentation) / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £165,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 24 months. After this time Scottish Enterprise has the option to extend the Framework for a further two periods of 12 months each (maximum period of 48 months).
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 4
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 000-069417
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 January 2026
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 January 2026
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
Please note that a Prior Information Notice (PIN) was published in respect of this tender process including an engagement session with suppliers. A copy of the PIN is attached to this notice along with relevant documentation and a link to the recording of the engagement session.
This is a relevant climate change contract and bidders are required to complete and return the attached Climate Change Plan template.
Bidders may submit tenders for one or more lots and we will award a maximum of one lot per bidder (unless there are no other suitable bids). For the purposes of this restriction, a bidder includes any consortium, joint venture, or other grouping of economic operators submitting a tender as a single entity.
- Consortium members may also bid independently for other lots, provided this is declared.
- Subcontractors may participate in other lots, subject to disclosure and conflict-of-interest checks.
- If you rank first in multiple lots, the award of lots process will decide which lot is awarded
Further detail is provided in the tender documentation.
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.
The Supplier Development Programme will be hosting some Aligned Tender Training to provide additional support to help bidders understand the tender process. This will be held on Wednesday 7 January 2026 at 2.00pm to 3.30pm. This will be an online webinar and bidders can register via the link provided in the tender documentation.
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=817907.
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:817907)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=817907
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
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
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
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries