Business Gateway and ERDF Services Tender
Falkirk Council are seeking to appoint a contractor to deliver the Business Gateway service in Stirling and Clackmannanshire areas for an initial 2.5 year period, commencing 1.9.2017.
United Kingdom-Falkirk: Business and management consultancy and related services
2017/S 072-137146
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
United Kingdom
Telephone: +44 1324506566
E-mail: purchasing@falkirk.gov.uk
NUTS code: UKM26
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Business Gateway and ERDF Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Falkirk Council are seeking to appoint a contractor to deliver the Business Gateway service in Stirling and Clackmannanshire areas for an initial 2.5 year period, commencing 1.9.2017, with an option to extend for a further 2.5 years. Additionally, Falkirk Council is seeking to appoint a contractor to deliver business support activities funded by European Regional Development Fund in Stirling and Clackmannanshire areas for an initial period of 18 months commencing 1.9.2017. Falkirk Council reserves the right to extend the business support activities to the end of the core Business Gateway contract, with an option to extend for a further 2.5 years. Please note, duration of funding is dependent on confirmation from Scottish Government. The Council requires single bids in respect of both the Stirling and Clackmannanshire areas and for both elements of the Services. Separate bids for either the separate areas or the separate elements of Business Gateway and ERDF are not acceptable.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Stirling Council area and Clackmannanshire Council area.
II.2.4)Description of the procurement:
Business Gateway and ERDF Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to funding and performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Companies House registration number (or equivalent) should be provided. Refer to ESPD 4A.1
Business Advisors are currently expected to be accredited to Premier Advisor level. The recognised qualification gained on becoming accredited to this level is the Institute of Leadership and Management Diploma in Business Advice and Counselling. Where on the award of contract, advisory staff do not have this accreditation they have a period of 1 year from the award date to gain this accreditation. ESPD Ref 4A.2.
III.1.2)Economic and financial standing
Please provide annual accounts and audit certificates for the previous 2 years. In addition the Authority will obtain a risk report provided independently by Creditsafe. We may look to obtain further information in relation to the tenderers financial status to evidence that the company is financially viable such as bank references. ESPD 4B.6
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, as a minimum the types and levels of insurance indicated below:
Employers’ Liability — 10 000 000 GBP,
Public Liability — 5 000 000 GBP,
Professional Indemnity — 2 000 000 GBP (desirable 5 000 000 GBP),
Management Liability — 1 000 000 GBP(not essential, desirable).
Refer to ESPD 4B.5.1 and 4B.5.2.
III.1.3)Technical and professional ability
The supplier must have satisfied the Purchaser that it has sufficient physical and other resources in terms of qualified, trained and experienced manpower to provide the solutions and associated services.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Public Contract Scotland Postbox Facility.
Procurement Advisor.
Governance — Senior Support Officer.
Section VI: Complementary information
VI.1)Information about recurrence
April 2019.
VI.3)Additional information:
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=471909
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.
The provider is required to include a list of proposed subcontractors — Refer to ESPD 2D1.1
It will be the Main Contractors responsibility to ensure that any subcontractors are suitably qualified and comply with all mandatory/discretionary requirements of this contract prior to commencement of any work.
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=490066.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
See Appendix 5 Community Benefits.
(SC Ref:490066)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=490066
VI.4.1)Review body
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
United Kingdom
Telephone: +44 1324506566Internet address:http://www.falkirk.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
BBC Media Selling Concession Contract
DBS Checking Services Contract
Market Driven Supply Chains Contract
Supply Chain Management Contract
Business Development and Management Consultancy Services – National Heritage Memorial Fund