North Ayrshire Council Business Support Consultancy Services Framework
9 Lots. North Ayrshire Council are inviting bids for the provision of a business consultancy services framework within North Ayrshire. The framework will comprise of 9 lots: Lot 1: Financial and Data Analysis Support.
United Kingdom-Irvine: Business and management consultancy services
2019/S 140-344953
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
E-mail: procurement@north-ayrshire.gov.uk
Fax: +44 1294324054
NUTS code: UKM93
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NAC/1131 — Business Support Consultancy Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North Ayrshire Council are inviting bids for the provision of a business consultancy services framework within North Ayrshire. The framework will comprise of 9 lots:
— Lot 1: Financial and Data Analysis Support,
— Lot 2: Business Strategy and Business Development Support,
— Lot 3: Marketing and Digital Media Support,
— Lot 4: Procurement and Tender Support,
— Lot 5: HR Support,
— Lot 6: Family Business Support,
— Lot 7: Succession Planning Support,
— Lot 8: Digital Strategy and Transformation Support,
— Lot 9: Workplace Development and Training Support.
The framework will be for a period of 2 years plus the option to extend for up to a further 2 years and is anticipated to commence December 2019.
It is anticipated that a maximum of 5 providers will be appointed per lot.
Bidders should note that there is no guarantee of business, use, level of use or continuity of business through the Framework Agreement.
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Financial and Data Analysis Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— financial management: support is required to enable businesses to develop and refine financial management skills, such as an understanding of financial statements and cash-flow as well as the application of sales, pricing, costing, interest and borrowings, taxation, investment and performance measurements,
— financial readiness: business support will be required to allow interrogation of their forecasting methodologies and assessing their fitness for purpose in terms of their effectiveness in predicting future performance,
— preparing for investment: information and support to prepare businesses for investment as an attractive proposition for potential investors and loan funders,
— alternative finance: information and support around the main forms of alternative business funding for SMEs, from short to long-term loans/debt/equity or self-investment,
— taxation: providing support to businesses across any taxation issues that they may have during their business cycle.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Business Strategy and Business Development Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— strategic planning: this may involve support relating to challenging existing approaches, developing new strategies and performance measurement,
— business growth: growth can be achieved by either boosting the top line or revenue of the business with greater product sales or service income, or by increasing the bottom line or profitability of the operation by minimising costs — beneficial to help businesses explore both options,
— organisational management: assisting with the organisational management activity that is used to set priorities, focus energy and resources, strengthen operations, ensure that employees and other stakeholders are working toward common goals, and establish agreement around intended outcomes/results,
— business development: analysing current client base, identifying a potential sales pipeline, qualifying lead opportunities, producing a value proposition and clearly demonstrating a USP for the business,
— change management: intervention to help a business move through the growth life-cycle, ensuring due consideration is made to the impact of change on the business, and its people, because of growth,
— eCommerce Support: advice on developing new sales channels, integration with other platforms, financial transactions and targeting international markets.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Marketing and Digital Media Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— marketing collateral: supporting businesses with practical approaches to marketing, including writing a marketing plan and marketing communications plan for integrating traditional and digital communications. Review of existing marketing strategies/materials for general improvement or development,
— digital media: identifying what platforms suit the business needs and client base, advice on what to post, content management, social media calendar, engagement tracking and use of Hootsuite/Tweetdeck,
— digital marketing: designing and implementing digital marketing and social media strategies to widen markets and maximise business opportunities. Improving digital presence and website to make better use of PPC advertising and SEO.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Procurement and Tender Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— review current tender library: reviewing existing tender documentation and suggest best practice amendments. Support on how to identify key future contract opportunities, ensuring Public Contracts Scotland profile is up to date, how to complete an ESPD, deciding on what opportunities to bid/tender for and improving business visibility within the public sector,
— general procurement support: evaluate past tendering performance and providing feedback on improvements, interpreting tender feedback and incorporating this into future bids,
— live tenders: advice and support on how to complete live opportunities, ESPDs and Quick Quotes, helping businesses decide if they should bid, registering on other procurement portals and producing best tender documents possible.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: HR Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— HR Policy: reviewing existing HR processes and policies, ensure they are fit for purpose and cover mandatory legal obligations,
— employee engagement: enable implementation of appraisals, how to broker and manage tough discussions, developing clear roles and responsibilities for all staff and development and of employee handbooks,
— performance management: improving individual employee performance and linking this to employee roles and responsibilities and contractual obligations, workforce relationship building and employee consultation projects.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: Family Business Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— governance and structure: creating the correct structures and practices needed to achieve best practice in governance of a family business, how to view the business as a family and as a business, development of a shared purpose, defining employee and family roles,
— succession planning succession planning, conflict resolution, next generation career and skills development, developing family communications and planning an elegant exit.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7: Succession Planning Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— existing business position: formulating exit strategies, preparing business for sale, business continuity and safe-guarding people and assets,
— business structure: provide support to help determine the assignment and coordination of roles, power and responsibilities within a business. Define how information flows between the different levels of management,
— board development: value and creation of a board, or recruitment of a non-executive director. Review composition and effectiveness at both an individual and group level,
— business continuity: how to deal with disruptions to supply chains, reputation, loss of premises or loss of technology,
— risk management: enable businesses to make well-informed decisions and to identify and protect the most critical aspects of their operations. Mitigating or reducing risks to an acceptable level can create a more agile businesses.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8: Digital Strategy and Transformation Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this Lot should include, but not be limited to, the following:
— review of ICT Processes: reviewing existing ICT processes and identifying potential improvements, raising awareness of new digital processes, software, apps and technology,
— mobile technologies: advice on application of relevant and up-to-date fixed and mobile technologies to support the business,
— websites: planning, development and on-going management to improve existing web presence or support on developing new platforms to align with business requirements and improve user experience,
— technology, solutions and connectivity: implementing IT and Communications infrastructure and software solutions to meet ongoing requirements,
— business models and workplace innovation: the application of communications and technology to support new business models (remote working, virtual locations, partnerships & collaboration) and digital transformation,
— finding and managing digital resources and services: Building business cases, developing requirements, identifying, selecting and managing digital and technology resources.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9: Workplace Development and Training Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services for this lot should include, but not be limited to, the following:
— skills mapping of business/employees: reviewing existing skills and talent within a business, leadership development, review of business culture, internal project management, capacity building, people development and productivity improvements,
— leadership and management: as the business grows, so does the need for strong leadership and guidance. Support to equip owners and entrepreneurs with the skills required to develop and achieve key business aspirations,
— productivity: plans and processes to improve productivity, identifying CIPD opportunities, implementing new ideas and structures.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework duration is for a period of 2 years with the option to extend for up to a further 2 years.
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.
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2)Economic and financial standing
Bidders will be required to have a minimum ‘general’ yearly turnover of 26 000 GBP for the last 3 years.
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.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
— employer’s (compulsory) liability insurance = 10 000 000 GBP,
http://www.hse.gov.uk/pubns/hse40.pdf
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 1 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide a minimum of 2 examples for each Lot they are bidding for, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. The experience provided will be for projects of a similar value, size and scope.
Unsatisfactory experience will result in a fail and exclusion from the tender process.
Bidders must provide 2 satisfactory references from within the last 3 years on the reference templates provided in the instruction to tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
July 2023.
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14025
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Voluntary community benefits are requested as part of the tender submission.
(SC Ref:591653)
VI.4.1)Review body
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
Fax: +44 1294324054Internet address: http://www.north-ayrshire.gov.uk
VI.5)Date of dispatch of this notice: