Business Support Services Framework Ayr
South Ayrshire Council is seeking to implement a Multi-Supplier Framework Agreement for the Provision of Business Consultancy Services.
United Kingdom-Ayr: Business and management consultancy and related services
2016/S 114-202418
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Contact person: Procurement
Telephone: +44 3001230900
E-mail: Procurement@south-ayrshire.gov.uk
NUTS code: UKM33
Internet address(es):Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of a Business Support Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
South Ayrshire Council (the Council) is seeking to implement a Multi-Supplier Framework Agreement for the Provision of Business Consultancy Services. This Framework will be used primarily by the Business and Business Growth Teams within Economic Development Service to support South Ayrshire Businesses but will be open for use by other Service areas within the Council.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
General Financial Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Financial support may be required via appropriately qualified Accountants and Business Advisers in terms support relating to the preparation of loan, investor and bank funding applications.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Provision of 2 Day Strategy Workshops
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of 2 Day Strategy Workshops.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
General Business Strategy Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that general strategic support may be required via appropriately qualified and accredited Business Advisers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Marketing Consultancy Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that Marketing Consultancy support may be required via appropriately qualified and accredited Marketing Consultants.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Procurement Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that general Procurement support may be required via appropriately qualified and accredited Procurement specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
ICT Consultancy Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that ICT Consultancy support may be required via appropriately qualified and accredited ICT Specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Environmental Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that Environmental Consultancy support may be required via appropriately qualified and accredited Specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Human Resources Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that HR Consultancy support may be required via appropriately qualified and accredited HR Specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Leadership and Development Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that Leadership and Development Consultancy support may be required via appropriately qualified and accredited Training Specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Product Development Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
It is anticipated that Product Development Consultancy support may be required via appropriately qualified and accredited Specialists.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years (+1) (+1).
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
The day to day running of a project shall be handled by staff at Architect level; this shall apply to all Lots.
III.1.2)Economic and financial standing
Insurances:
Employers (Compulsory) Liability Insurance = 10 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers are required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any 1 incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers are required to provide a copy of their current Public Liability Insurance certificate.
Professional Indemnity Insurance = 2 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers are required to provide a copy of their current Professional Indemnity Insurance certificate.
Documentation submitted for the above insurances should include name of insurers, policy numbers, expiry date and limits of any 1 incident and annual aggregate caps and the excesses under the policies.
Financial Standing:
The Council will access a Credit safe report for your organisation and use the information contained within to assist with the assessment of your economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of your audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. An additional question has been provided below to enable you to upload your 2nd set of accounts.
Or
A statement of your organisation’s turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note: If this information is not available in an audited format please provide an end of period balance sheet or make the response specified below.
Or
If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation’s cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
In the event that analysis of your financial position determines that additional measures are necessary in order to provide adequate assurance of financial strength, you may or may not be required to provide either a parent company guarantee and/or a bank guarantee.
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If you cannot provide measures to the satisfaction of the Council then your submission may be rejected.
III.1.3)Technical and professional ability
Suppliers are required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Provision of a Business Support Services Framework.
Two (2) examples must be provided from within the last 3 years for goods and services and within the last 5 years of work contracts.
If you are unable to provide two (2) examples the tenderer must explain why examples cannot be provided.
Suppliers will also be required to provide:
Technical Skills:
Please provide a statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources:
Please provide a statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation:
If available, please provide copies of completion certificates or customers’ written declaration which validate the examples you have provided in answer to question (Tech Exp).
Guidance:
Buyers will not score this question or mark you down if you cannot provide certificates or customer declarations. However, if you cannot provide either the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
III.2.2)Contract performance conditions:
KPI’s:
Quality — Cat Weight (30 %);
Fit for purpose products — KPI weight 50 %;
Contract Outcomes — KPI weight 50 %;
Cost — Cat Weight (10 %);
Invoice Accuracy — KPI weight 100 %;
Service — Cat Weight (50 %);
Complaints — KPI Weight 25 %;
Management Information — KPI Weight 10 %;
Communication — KPI Weight 35 %;
On-time Delivery — KPI Weight 30 %;
Sustainability — Cat Weight (10 %);
Community Benefits — KPI Weight 100 %.
The above KPIs shall make up the Balanced Scorecard and be used to score the Service Providers performance.
This shall take place using the PCST Contract and Supplier Management portal yearly, 1/2 yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award.
Regular meetings will be held between the Service Provider and the Council to deal with issues arising in the routine management of the Contract, to discuss changes in the way that the Contract is executed and/or to discuss performance or any other ad hoc reasons.
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.2.7)Conditions for opening of tenders
Procurement Department, 30 Green Street Lane, Ayr, KA8 8BH.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Additional ESPD Requirements:
Quality Control Requirements:
Providers will be required to do the following for Quality Control requirements —
Either
Option A) If your organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) please attach a copy of your certificates or other supporting information here;
Or
Option B) If your organisation has a documented policy regarding quality management, please attach a copy here and continue to answer the remainder of the questions in this section.
Guidance:
The policy should set out your organisation’s responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit:https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 6142 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
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:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
— Targeted recruitment and training (providing employment and training opportunities/Apprenticeships);
— SME and social enterprise development;
— Community engagement.
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:449516).
VI.4.1)Review body
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Telephone: +44 3001230900
E-mail: Procurement@south-ayrshire.gov.ukInternet address:http://www.south-ayrshire.gov.uk/procurement/
VI.5)Date of dispatch of this notice:
Related Posts
Business Support Programme for Digital and Creative Sectors
Business Improvement Techniques Training Services
University of Southampton Management Training Contract
Programme Management Support Newcastle