Scottish Enterprise Managing People for Growth Framework
From analysis of previous data, we estimate that between 71-92 programmes could be likely to commissioned across over 3 years. United Kingdom-Glasgow: Business and management consultancy and related services
2017/S 055-101868
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: Gordon Hutton
Telephone: +44 8456078787
E-mail: gordon.hutton@scotent.co.uk
Fax: +44 1412481600
NUTS code: UKM34
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:
P17-0142 — Managing People for Growth Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
SE wishes to appoint three suppliers to deliver the Managing People for Growth Framework. It is anticipated that the framework will commence on the 1.7.2017 for a period of 3 years with the option to extend for one further year. The product will be delivered across SE’s entire operational areas making this a national programme available to companies across Scotland (excluding Highlands and Islands Enterprise), so capacity to deliver is essential. From analysis of previous data, we estimate that between 71-92 programmes could be likely to commissioned across over 3 years. The framework will be split into the following 3 geographical lots (detailed below), each lot will be appointed to one single supplier. Bidders can submit responses for as few or as many Lots as they want to. The maximum number of lots that a bidder will be awarded is 1.
The Open procurement process will be followed for this commission.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
P17-0142 — Managing People for Growth Framework — Lot 1 — North East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lowland Scotland.
II.2.4)Description of the procurement:
SE wishes to appoint three suppliers to deliver the Managing People for Growth Framework. It is anticipated that the framework will commence on the 1.7.2017 for a period of 3 years with the option to extend for one further year. The product will be delivered across SE’s entire operational areas making this a national programme available to companies across Scotland (excluding Highlands and Islands Enterprise), so capacity to deliver is essential. From analysis of previous data, we estimate that between 71-92 programmes could be likely to commissioned across over 3 years. The framework will be split into the following 3 geographical lots (detailed below), each lot will be appointed to one single supplier. Bidders can submit responses for as few or as many Lots as they want to. The maximum number of lots that a bidder will be awarded is 1.
Lot 1 — North East
Local Authorities covered:
Aberdeen City
Aberdeenshire
Dundee City
Angus
Perth and Kinross.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
48 months stated above includes the option to extend for a 12 month period.
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:
P17-0142 — Managing People for Growth Framework — Lot 2 — East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lowland Scotland.
II.2.4)Description of the procurement:
SE wishes to appoint three suppliers to deliver the Managing People for Growth Framework. It is anticipated that the framework will commence on the 1.7.2017 for a period of 3 years with the option to extend for one further year. The product will be delivered across SE’s entire operational areas making this a national programme available to companies across Scotland (excluding Highlands and Islands Enterprise), so capacity to deliver is essential. From analysis of previous data, we estimate that between 71-92 programmes could be likely to commissioned across over 3 years. The framework will be split into the following 3 geographical lots (detailed below), each lot will be appointed to one single supplier. Bidders can submit responses for as few or as many Lots as they want to. The maximum number of lots that a bidder will be awarded is 1.
Lot 2 — East
Local Authorities covered:
Scottish Borders
West Lothian
City of Edinburgh
Fife
Midlothian
East Lothian
Falkirk
Clackmannanshire
Stirling.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
48 months stated above includes the option to extend for a 12 month period.
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:
P17-0142 — Managing People for Growth Framework — Lot 3 — West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lowland Scotland.
II.2.4)Description of the procurement:
SE wishes to appoint three suppliers to deliver the Managing People for Growth Framework. It is anticipated that the framework will commence on the 1.7.2017 for a period of 3 years with the option to extend for one further year. The product will be delivered across SE’s entire operational areas making this a national programme available to companies across Scotland (excluding Highlands and Islands Enterprise), so capacity to deliver is essential. From analysis of previous data, we estimate that between 71-92 programmes could be likely to commissioned across over 3 years. The framework will be split into the following 3 geographical lots (detailed below), each lot will be appointed to one single supplier. Bidders can submit responses for as few or as many Lots as they want to. The maximum number of lots that a bidder will be awarded is 1.
Lot 3 — West
Local Authorities covered:
Glasgow City
South Lanarkshire
North Lanarkshire
West Dunbartonshire
Renfrewshire
East Renfrewshire
Inverclyde.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
48 months stated above includes the option to extend for a 12 month period.
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 — Bidders will be required to have an average yearly turnover of a minimum of 75 000 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 or started trading.
4B.4 — Bidders will be required to state the value for the liquidity ratio. The liquidity ratio should be equal to or greater than 0.8.
4B.5.1 — Please confirm whether you already have or can commit to obtain, prior to the commencement of the contract, 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 — 5 000 000 GBP
Public Liability Insurance — Bidders should state the value that they consider to be appropriate for the contract.
Professional Indemnity Insurance — Bidders should state the value that they consider to be appropriate for the contract.
III.1.3)Technical and professional ability
2D.1.2 — If a substantial proportion of work would go to a subcontractor we may ask for a completed ESPD form for those subcontractors
(only sections A and B of Part II and Part III will be requested). We will advise bidders if we require this information prior to the
subcontractor commencing work on the contract.
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.
III.2.2)Contract performance conditions:
Details will be included in the Invitation to Tender documents.
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
Glasgow.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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 athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=487694.
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.
(SC Ref:487694)
Download the ESPD document here:http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=487694
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: gordon.hutton@scotent.co.uk
Fax: +44 1412481600Internet address:http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
Procurement and Commercial Division, 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.gov.scot/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 Public Contracts (Scotland)
Regulations 2015 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
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: gordon.hutton@scotent.co.ukInternet address:http://www.scottish-enterprise.com/
VI.5)Date of dispatch of this notice:
Related Posts
Business Growth Programme for Belfast City Council
Business Start Up and High Growth Start Up Programme Worcestershire
Lean Six Sigma Training Contract
Executive Leadership Development for NHS Scotland
National Training Services Provider Framework – 7 Lots