Highland and Moray Business Development Services Framework
Services will be commissioned in 4 lots representing all the differing services that the Council would wish to utilise.
United Kingdom-Inverness: Business development consultancy services
2016/S 142-256597
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council Headquarters, Glenurquhart Road
Inverness
IV3 5NX
United Kingdom
Contact person: FM Contracts Team
Telephone: +44 1463785157
E-mail: procurement.unit3@highland.gov.uk
NUTS code: UKM6
Internet address(es):Main address: http://www.highland.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Business Development Services Framework Agreement — Highland and Moray.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council proposes to create a framework for the delivery of its business development services, and specifically those that are additional to the services currently delivered through the Business Gateway core contract for start-up workshops. The Framework will be commissioned by open procedure through Public Contracts Scotland. It will consist of organisations and businesses who can demonstrate their ability to provide business development services to individual and/or groups of businesses.
Services will be commissioned in 4 lots representing all the differing services that the Council would wish to utilise. Call-off from the framework will be on an as and when required basis, with no guarantee of any particular volumes of clients.
The framework will be lotted by both service/advice type and geographically to cover both Highland and Moray Council areas. Service providers may select any or all Lot combinations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Recruitment Advisory Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Highland and Moray.
II.2.4)Description of the procurement:
Lot 2 — Providing 1 to 3 days of direct 1 to 1 support assisting SMEs who wish to consider recruitment as part of their Growth plan.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by up to 12 months.
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
For the purpose of delivery, Lot 2 will be split into 2 strands, 1 for Highland based delivery and 1 for Moray based delivery.
II.2.1)Title:
Growth Workshops
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Highland and Moray.
II.2.4)Description of the procurement:
Lot 3 — Growth Workshops.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by up to 12 months.
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
The provision of a range of 0.5 to 1 day workshops on topics supporting growth across the Highlands and Moray, For the purpose of delivery, Lot 3 will be split into 2 strands, 1 for Highland based delivery and 1 for Moray based delivery.
II.2.1)Title:
Key Sector Entrepreneurial Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Highland and Moray.
II.2.4)Description of the procurement:
This activity is designed to build on the capabilities of SMEs to secure higher value contracts, both public and private. It takes a sectoral approach to encouraging supply chain development, collaboration and the potential for moving into new markets out with the Highlands and Moray.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by up to 12 months.
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
A key element of this programme will be to coach businesses on how to become supply chain aware, and how to access opportunities.
For the purpose of delivery, Lot 4 will be split into 2 strands, 1 for Highland based delivery and 1 for Moray based delivery.
II.2.1)Title:
Additional Specialist Advice
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Highland And Moray.
II.2.4)Description of the procurement:
Lot 1 — Additional Specialist Advice, 1 to 3 days advice to help with specific issues relating to growth plans, particularly, but not exclusively — Winning public contracts — Supply chain logistics — Access to finance — Efficiency and Quality Management Systems.
Marketing — Protecting Intellectual Property — Sector specific specialist advice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Provision for up to 12 months extension.
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
For the purpose of delivery, Lot 1 will be split into 2 strands, 1 for Highland based delivery and 1 for Moray based delivery.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
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.
Economic operators will be required to submit their ‘general’ yearly turnover for the last 3 years
Economic operators will be required to submit their specific turnover for the last 3 years in the business area covered by the framework.
It is a requirement of this framework that Economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded call-off contracts, the types and levels of insurance indicated below:
Minimum 10 000 000 GBP Employers Liability.
Minimum 5 000 000 GBP Public Liability.
III.1.3)Technical and professional ability
Economic operators will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of 2 relevant examples will be required.
Evidence of documented policy regarding quality management.
Evidence of documented policy regarding health and safety.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
IV1 1JJ.
Tender Opening Panel only.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Service providers will be encouraged to deliver services in any, all or a combination of the proposed Lots.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6489. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref: 455012).
VI.4.1)Review body
Council Headquarters, Glenurquhart Road
Inverness
IV3 5NX
United Kingdom
Telephone: +44 1463702000Internet address:http://www.highland.gov.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Knowledge Management Service – Request for Quote
Business Services Concession Contract
Portfolio Management Office West Yorkshire
Business Improvement Sustainability Expert Support Framework