Scottish Enterprise Business Improvement Framework
The BI Expert Support framework will consist of 4 single supplier lots.
United Kingdom-Glasgow: Business and management consultancy and related services
2016/S 126-225436
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Contact person: Lesley Reid
Telephone: +44 8456078787
E-mail: lesley.reid@scotent.co.uk
Fax: +44 1412481600
NUTS code: UKM34
Internet address(es):Main address: http://www.scottish-enterprise.com/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
P16-0129 Business Improvement Sustainability Expert Support Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The BI Expert Support framework will consist of 4 single supplier lots. It will be delivered across SE’s operational area making this a national programme available to companies across Scotland (exc. HIE). Capacity to deliver is essential. We estimate that up to 600 companies will access support across over a 4 year period with an estimated split as below.
Supplier should have practical (technical) experience of the issues and just as importantly have the ability to enthuse with our customers and clearly articulate the business benefits of addressing the issues. Technical and subject matter expertise must be matched by excellent customer facing skills.
Lot 1 — Energy systems and environmental technology — 200-250;
Lot 2 — Sustainability strategy development and environmental management — 100-150;
Lot 3 — Life-cycle analysis, Circular Economy and Environmental Foot-printing — 100;
Lot 4 — Sustainable Business Practices — 100.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Energy systems and environmental technology
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland excluding Highlands and Islands.
II.2.4)Description of the procurement:
The supplier will need to demonstrate that they have expertise, experience, skills and knowledge in energy efficiency, renewable energy, effluent, water, waste water, waste management, sustainable construction, sustainable transport and environmental Best Available Technology. Further detail in the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Optional 12 months extension included in above 48 months duration.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Sustainability strategy development and environmental management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland excluding Highlands and Islands.
II.2.4)Description of the procurement:
The supplier will need to demonstrate that they have expertise, experience, skills and knowledge in sustainable business strategy development, strategies used by businesses and their leaders to improve sustainability, environmental management system development (BS8555, ISO 14001, ISO 50001) and integrated management systems. Further detail in the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months optional extension included in 48 months duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Life-cycle analysis, Circular Economy and Environmental Foot-printing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland excluding Highlands and Islands.
II.2.4)Description of the procurement:
The supplier will need to demonstrate that they have expertise, experience, skills and knowledge in product life-cycle analysis, circular economy business models and opportunities, design for reuse or re-manufacture, eco-design and product and organisational carbon foot-printing. Further detail in the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 month optional extension included in 48 month duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Sustainable Business Practices
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland excluding Highlands and Islands.
II.2.4)Description of the procurement:
The supplier will need to demonstrate that they have expertise, experience, skills and knowledge in. sustainability reporting, sustainable supply chain and green marketing. Further detail in the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 month optional extension included in the 48 month duration above.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.2)Economic and financial standing
4B.1.2. The bidder should provide its average yearly turnover for the number of years specified in the relevant Contract Notice.
4B.3. In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the bidder was set up or started trading.
4B.4. The bidder confirms the name, value and/or range of the financial ratio specified in the relevant Contract Notice are as follows.
4B.5.1. The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (for Employer’s (Compulsory) Liability Insurance).
4B.1.2. Lot 1 — Bidders will be required to have an average yearly turnover of a minimum of 372 000 GBP for the last 2 years; Lot 2 — Bidders will be required to have an average yearly turnover of a minimum of 228 000 GBP for the last 2 years; Lot 3 — Bidders will be required to have an average yearly turnover of a minimum of 15 000 GBP for the last 2 years; Lot 4 — Bidders will be required to have an average yearly turnover of a minimum of 15 000 GBP for the last 2 years.
4B.3. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
4B.4. Liquidity ratio greater than or equal to 0,8.
4B.5.1. Please confirm below whether you already have or can commit to obtain, prior to the commencement of the contract, the appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.
Employer’s (Compulsory) Liability Insurance;
Public Liability Insurance;
Professional Indemnity Insurance.
III.1.3)Technical and professional ability
4C.1.2. For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided).
4C.10. Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.
4C.1.2. Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice. These will be evaluated on a Pass/Fail basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service.
Bidders can submit examples in a separate document to allow room to provide details of the service provided.
4C.10. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
4D.1. Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?
Quality Management:
Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance.
Health and Safety:
A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.
Scottish Enterprise is persuaded by evidence which shows that the delivery of high quality public services is critically dependent on a workforce that is well-motivated, well led and has appropriate opportunities for training and skills development. These factors are also important for workforce recruitment and retention, and thus continuity of service. Further detail on how this will be evaluated can be found in the invitation to tender.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=448905
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:http://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.
Under the terms of this contract the successful supplier (s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Under the terms of this contract the successful supplier (s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits are contractual requirements which deliver a wider social benefit in addition to the core purpose of the foregoing contract. Scottish Enterprise is committed to maximising Community Benefits from its procurement activities where relevant and proportionate. Accordingly, there is an evaluation criterion for Community Benefits for this Contract.
If community benefits are not included with the tender submission this will not prevent the tender from being considered but it will affect the score you receive in the evaluation.
The Scottish Government has developed a community benefits monitoring framework for public sector organisations to implement which will enable consistent and comparable data which tracks the impact of community benefits over time. Scottish Government Guidance on Monitoring Community Benefits.
The Supplier is asked to complete Appendix 5 detailing the community benefits that will be delivered as a result of this contract. Full details of the proposed monitoring process and reporting time-scales of the outputs should be supplied.
(SC Ref:448905).
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
Fax: +44 1412481600Internet address:http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
7th Floor, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries
VI.4.3)Review procedure
In the first instance, contact the Senior Director 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 Procurement (Scotland) Regulations 2016 may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
7th Floor, 5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466
E-mail: SPOEprocurement@scotland.gsi.gov.ukInternet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries
VI.5)Date of dispatch of this notice:
Related Posts
East Sussex Business Support Service Contract
DBS Application Service – Invitation to Quote
Customer Service Excellence Accreditation Requirement