Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 200 000.00
GBP
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
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.2.11) 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
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.2.11) 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
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.2.11) 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
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.2.11) 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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-013767
Section V: Award of contract
Lot No: 1
Title: Lot 1: Life Science and Health Technologies
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/07/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 14
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
High Growth Start-Up Specialists Ltd
The Coach House, Ramoyle
Dunblane
FK15 0BE
UK
Telephone: +44 7880733103
NUTS: UKM77
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2: Deeptech, Critical, and Enabling Technologies
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/07/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 15
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
High Growth Start-Up Specialists Ltd
The Coach House, Ramoyle
Dunblane
FK15 0BE
UK
Telephone: +44 7880733103
NUTS: UKM77
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3: Energy Transition Technologies
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/07/2025
V.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 11
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 18
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Carbon Limiting Technologies
Orchard House, Crondall Road
Fleet
GU51 5SY
UK
Telephone: +44 7894571198
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 - Executive Education Programme
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/07/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 19
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 21
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Entrepreneur Business School Ltd
6th Floor, Gordon Chambers, 90 Mitchell Street
GLASGOW
G1 3NQ
UK
Telephone: +44 7909911957
NUTS: UKM82
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Oxentia Ltd
Buxton Court, , 3 West Way, Oxford
Oxford
OX2 0JB
UK
Telephone: +44 1865636293
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.]
(SC Ref:805380)
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
25/07/2025