Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

High Growth Services Specialist Business Support Framework

  • First published: 14 April 2025
  • Last modified: 14 April 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ff19
Published by:
Scottish Enterprise
Authority ID:
AA22062
Publication date:
14 April 2025
Deadline date:
15 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Enterprise

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

UK

Telephone: +44 1414685600

E-mail: joanne.napier@scotent.co.uk

NUTS: UKM82

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local agency/office

I.5) Main activity

Economic and financial affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

High Growth Services Specialist Business Support Framework

Reference number: P25-0049

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 1 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Life Science and Health Technologies

II.2.2) Additional CPV code(s)

79400000

79410000

79411000

72220000

II.2.3) Place of performance

NUTS code:

UKM

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Prompt Payment / Weighting: pass/fail

Quality criterion: Investment and Commercial Networks / Weighting: 30

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

Quality criterion: Engagement Approach / Weighting: 20

Quality criterion: Information Security / Weighting: 10

Quality criterion: Fair Work First / Weighting: 5

Quality criterion: Added Value & Innovation / Weighting: 5

Price / Weighting:  30

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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.

Lot No: 2

II.2.1) Title

Lot 2: Deeptech, Critical, and Enabling Technologies

II.2.2) Additional CPV code(s)

79400000

79410000

79411000

72220000

II.2.3) Place of performance

NUTS code:

UKM

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Prompt Payment / Weighting: Pass/Fail

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

Quality criterion: Investment and Commercial Networks / Weighting: 30

Quality criterion: Engagement Approach / Weighting: 20

Quality criterion: Added Value & Innovation / Weighting: 20

Quality criterion: Information Security / Weighting: 10

Quality criterion: Fair Work First / Weighting: 5

Price / Weighting:  30

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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.

Lot No: 3

II.2.1) Title

Lot 3: Energy Transition Technologies

II.2.2) Additional CPV code(s)

79400000

79410000

79411000

72220000

II.2.3) Place of performance

NUTS code:

UKM

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Prompt Payment / Weighting: Pass/fail

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

Quality criterion: Investment and Commercial Networks / Weighting: 30

Quality criterion: Engagement Approach / Weighting: 20

Quality criterion: Added Value & Innovation / Weighting: 5

Quality criterion: Information Security / Weighting: 10

Quality criterion: Fair Work First / Weighting: 5

Price / Weighting:  30

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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.

Lot No: 4

II.2.1) Title

Lot 4 - Executive Education Programme

II.2.2) Additional CPV code(s)

79400000

79410000

79411000

72220000

II.2.3) Place of performance

NUTS code:

UKM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Prompt Payment / Weighting: Pass/Fail

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

Quality criterion: Investment and Commercial Networks / Weighting: 30

Quality criterion: Engagement Approach / Weighting: 20

Quality criterion: Added Value & Innovation / Weighting: 5

Quality criterion: Information Security / Weighting: 10

Quality criterion: Fair Work First / Weighting: 5

Price / Weighting:  30

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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


III.1.3) Technical and professional ability

List and brief description of selection criteria:

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


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 15/05/2025

Local time: 11:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 15/05/2025

Local time: 11:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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

VI.4) Procedures for review

VI.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

UK

Telephone: +44 1414298888

Internet address(es)

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

VI.4.2) Body responsible for mediation procedures

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Telephone: +44 1412425466

E-mail: SPOEprocurement@scotland.gsi.gov.uk

VI.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.

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

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Telephone: +44 1412425466

E-mail: SPOEprocurement@scotland.gsi.gov.uk

VI.5) Date of dispatch of this notice

08/04/2025

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411000 General management consultancy services Business and management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
joanne.napier@scotent.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.