Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
National registration number
313
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Northern Innovation Hub Food and Drink TechHUB Strand 1: Business Support Services
Reference number
FTS 014
two.1.2) Main CPV code
- 79411100 - Business development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Food and Drink TechHUB project (TechHUB) is to be delivered across the Highland Council area as a project under HIE’s Northern Innovation Hub (NIH) programme. The NIH TechHUB Strand 1: Business Support Services contract which will be required to align with, and complement, existing HIE provision and that of our partners, to provide business support, technical advice and events to develop an existing and growing network of Food and Drink producers and supply chain businesses (SMEs).
two.1.5) Estimated total value
Value excluding VAT: £524,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
- 72221000 - Business analysis consultancy services
- 73000000 - Research and development services and related consultancy services
- 73220000 - Development consultancy services
- 79400000 - Business and management consultancy and related services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
Highland Council area
two.2.4) Description of the procurement
The key tasks are:
- bringing F&D businesses together;
- supporting businesses incl. brokering specialist/technical support;
- raising awareness and increase implementation of new technologies and opportunities;
- developing transformational local, national and international triple-helix collaborations between public sector, businesses and academia;
- engaging with partners and stakeholders;
- nurturing young entrepreneurs - provide complementary support to the relevant cohort(s) of IMPACT30 participants;
- reporting, monitoring and evaluation.
It is expected that these services will be required from April 2022 for an initial period of 3 years, with HIE having the option to extend for a period or periods together not exceeding 12 months following the Initial Term.
The initial 3-year budget currently available to deliver this service is between GBP 325,000 and GBP 374,000 (excluding VAT).
two.2.5) Award criteria
Quality criterion - Name: Delivery Methodology / Weighting: 30%
Quality criterion - Name: Management Methodology / Weighting: 10%
Quality criterion - Name: Management & Delivery Team / Weighting: 15%
Quality criterion - Name: Risks & Challenges / Weighting: 5%
Quality criterion - Name: Economic Growth & Community Wealth Building Priorities / Weighting: 5%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £524,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Contract will be awarded for an initial period of 3 years with HIE having the option to extend for a period or periods together not exceeding 1 calendar year following the Initial Term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
HIE may require the supplier to provide additional services. Any such modification shall be in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
See the Scope of Requirements and Tender Guidance Notes document for further information.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Not applicable to this procurement exercise.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
4B.5 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 = GBP 5M for each and every claim.
Public Liability Insurance = GBP 500k for each and every claim
Professional Indemnity Insurance = GBP 500k in aggregate.
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6 (not scored)
HIE as a public body must comply with HMRC IR35 provisions. Therefore, where you are bidding as a personal service company (PSC) or will be using a personal service company to provide services under the framework please identify these PSC (s) in your response to 4B.6.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Not applicable to this procurement exercise
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contracting authorities may lay down special conditions relating to the performance of a contract, provided that they are linked to the subject-matter of the contract.
Those conditions may include economic, innovation-related, environmental, social or employment-related considerations.
The contract will include Key Performance Indicators (KPI's) which can be found within the Tender documentation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: HIE reserves the right to re-tender for these services upon termination of the contract or at the end of the contract period, including any extension period.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
HIE and the Supplier Development Programme are hosting a webinar on 18 January which will support, but not replace, the information provided through PCS. Attendance will not form part of the evaluation and following the event a link to the webinar recording, along with the presentation and any questions and answers raised will be made available via PCS. Link to the registration can be found in the Scope of Requirements.
It is estimated that the maximum total value of the services over the maximum duration of 4 years will be GBP 524,000 (excluding VAT). This is the figure which has been used in II.1.5 & II.2.6.
SPD 2A.3 (not scored) Where relevant, bidders are required to insert details of their Companies House (or equivalent) registration number.
SPD 3D.12 Bidders should refer to the "Conflict of Interest" Section within the Scope of Requirements when completing this question.
AWARD CRITERIA SCORING
The Award criteria will be marked according to the following criteria:
0 - Unacceptable - Nil or inadequate response which fails to demonstrate an ability to meet the requirement.
1 - Poor - Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 - Excellent - Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Tenders must be submitted via the PCS Postbox and must be received by the published deadline. Late tenders will not be accepted and HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
PCS also gives suppliers access to an on-line Question & Answer facility which allows queries to be submitted (anonymously), and answers published and shared with all potential bidders.
This Contract will be non-exclusive i.e. HIE reserves the right, in certain circumstances, to procure out with the Contract as and when required.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=670312.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will not be evaluated as part of the tender process but bidders are expected to provide a Community Benefit proposal as part of their tender detailing how, if awarded the contract, these will be addressed. Please refer to the Scope of Requirements for further details.
(SC Ref:670312)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=670312
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.