Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Highlands and Islands Enterprise
  An Lòchran, 10 Inverness Campus
  Inverness
  IV2 5NA
  UK
  
            Contact person: HIE Procurement
  
            Telephone: +44 1463245245
  
            E-mail: hieprocurement@hient.co.uk
  
            NUTS: UKM6
  Internet address(es)
  
              Main address: http://www.hie.co.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
 
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
Manufacturing Innovation Centre Moray (MICM) - Service Operator
            Reference number: FTS 039
  II.1.2) Main CPV code
  79400000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  HIE is seeking to appoint a service operator for the Manufacturing Innovation Centre Moray (MICM).
  It is expected that these services will be required from September 2025 for an initial period of 3 years, unless terminated in accordance with the provisions of the Contract. HIE will have an option to extend the contract period by up to 2 years.
  The 3-year budget currently available to deliver this service is between GBP 620,000 and GBP 654,000 (excluding VAT). Refer to the 'Timescales and Value' section in the Scope of Requirements and Guidance document for full details on pricing inclusions/exclusions and price increase mechanism. The total contract value in section II.1.5 and II.2.6. refers to the total contract value including the optional extension period/s and allowances.
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 300 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71600000
    71621000
    72221000
    72224000
    73200000
    73210000
    73220000
    79410000
    79420000
    79411100
    79415000
    71314300
    II.2.3) Place of performance
    NUTS code:
    UKM62
Main site or place of performance:
    MICM building (Unit 9) on the Enterprise Park Forres (IV36 2AU)
    II.2.4) Description of the procurement
    HIE is looking to procure an experienced Service Operator to 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.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Q1 Prompt Payment Standard Clause
                    / Weighting: pass/fail
    
                    Quality criterion: Q2 Cyber Security
                    / Weighting: pass/fail
    
                    Quality criterion: Q3 UK data centres
                    / Weighting: pass/fail
    
                    Quality criterion: Q4 Payment of the Real Living Wage
                    / Weighting: pass/fail
    
                    Quality criterion: Q5 Mobilisation/stand-up period
                    / Weighting: 10%
    
                    Quality criterion: Q6 Management and Delivery Methodology
                    / Weighting: 18%
    
                    Quality criterion: Q7 Marketing and Promotion (after the stand-up period)
                    / Weighting: 10%
    
                    Quality criterion: Q8 Management and Delivery Team
                    / Weighting: 20%
    
                    Quality criterion: Q9b Community Benefits Part B – Monitoring and Reporting
                    / Weighting: 2%
    
                    Quality criterion: Q10 Fair Work First
                    / Weighting: 5%
    
                    Price
                    
                      / Weighting: 
                      35%
    II.2.6) Estimated value
    Value excluding VAT: 
			1 300 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The contract will be awarded for an initial period of 3 years, unless terminated in accordance with the provisions of the Contract. HIE will have an option to extend the contract period by up to 2 years.
    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:
            
              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.
    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.1.2) Economic and financial standing
  Minimum level(s) of standards required:
  It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below:
  4B5A Professional Risk Indemnity - GBP 5M for each and every claim
  4B5B Employer's (Compulsory) Liability Insurance - GBP 5M for each and every claim.
  http://www.hse.gov.uk/pubns/hse40.pdf
  4B5C Public Liability Insurance - GBP 5M for each and every claim
  4B6 (pass/fail) Income threshold
  Bidders are required to evidence a minimum average annual income of GBP 436,000 for each of the last 2 years. Income could include turnover, grant funding, donations or similar or a mixture of such income sources. Due to character limits, please refer to the Scope of Requirements and Guidance document for full details.
  4B.6 (not scored)
  HIE as a public body must comply with HMRC IR35 provisions. Therefore, where you are bidding as a personal service company (PSC) or will be using a personal service company to provide services under the contract please identify these PSC (s) in your response to 4B6.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  4C4 If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Please refer to Scope of Requirements for full requirements. If bidders do not pay at least 95% of valid invoices on time and are unable to provide a proportionate and timely improvement plan, their organisation will not be selected to participate further in this procurement.(pass/fail)
  4C10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. (for info)
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Refer to the tender document for KPIs.
  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.1.8) 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:
  2024/S 000-033485
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              08/07/2025
  
                Local time: 12:00
  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:
              08/07/2025
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
HIE reserves the right to re-tender for these services upon termination or at the end of the contract, including any extension period.
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
There will be a site visit on Wednesday 11 June 2025. Refer to the Scope of Requirements and Guidance for details.
Tenders must be submitted via the PCS postbox and must be received by the published deadline. Late tenders will not be accepted and HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
It is estimated that the total value of the contract over the maximum duration of 5 years will be GBP 1,300,000 (excluding VAT). This is the figure which has been used in II.1.5 & II.2.6. Refer to the Timescales and Value section in the Scope of Requirements and Guidance document for full details on the make-up of this value.
Where bidders rely on the capacity of other entities in order to meet selection criteria they are required to provide information relating to these entities with the relevant supporting SPD documentation being submitted.
SPD 3D.12 Bidders should refer to the "Conflict of Interest" Section within the Scope of Requirements when completing this question.
The Award criteria (Questions 5-10) will be marked according to the following criteria - refer to the tender documents for the evaluation criteria for Questions 1-4 and the minimum threshold score for Questions 5-8:
0 - Unacceptable - Nil or inadequate response which fails to demonstrate an ability to meet the requirement.
1 - Poor - Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 - Excellent - Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.
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=794669.
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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Refer to tender documents.
(SC Ref:794669)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=794669
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Sheriff Court and Justice of the Peace Court
    The Inverness Justice Centre, Longman Road
    Inverness
    IV1 1AH
    UK
    
            Telephone: +44 1463230782
    
            E-mail: inverness@scotcourts.gov.uk
    Internet address(es)
    
              URL: https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court
   
  VI.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.
 
VI.5) Date of dispatch of this notice
14/05/2025