Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Specialist Business Support to SME’s
Reference number
DEV/064/21
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Business Gateway provides information, training and advice to start up and existing businesses.
Falkirk Council has been successful in securing additional monies from the European Regional Development Fund (ERDF) Business Competitiveness Programme to provide a wider, more comprehensive package of business growth, resilience and survivability support across the area.
The purpose of this tender is to seek proposals from potential suppliers of specialist support in a particular area of expertise required.
two.1.5) Estimated total value
Value excluding VAT: £270,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 3 - Finance
Lot No
3
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 79412000 - Financial management consultancy services
- 79221000 - Tax consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF)Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 4 - Procurement
Lot No
4
two.2.2) Additional CPV code(s)
- 79418000 - Procurement consultancy services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79419000 - Evaluation consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79414000 - Human resources management consultancy services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £18,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 5 - Leadership and Organisational Development
Lot No
5
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 73220000 - Development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79414000 - Human resources management consultancy services
- 79416200 - Public relations consultancy services
- 73000000 - Research and development services and related consultancy services
- 98200000 - Equal opportunities consultancy services
- 79900000 - Miscellaneous business and business-related services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79996000 - Business organisation services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £27,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 6 - Digital Media Solutions
Lot No
6
two.2.2) Additional CPV code(s)
- 72130000 - Computer-site planning consultancy services
- 72600000 - Computer support and consultancy services
- 72266000 - Software consultancy services
- 79415200 - Design consultancy services
- 73220000 - Development consultancy services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72200000 - Software programming and consultancy services
- 79416200 - Public relations consultancy services
- 79341100 - Advertising consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79413000 - Marketing management consultancy services
- 72212500 - Communication and multimedia software development services
- 72212520 - Multimedia software development services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF)Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 7 - Environmental
Lot No
7
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
- 79416200 - Public relations consultancy services
- 79417000 - Safety consultancy services
- 90713000 - Environmental issues consultancy services
- 98200000 - Equal opportunities consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314300 - Energy-efficiency consultancy services
- 72221000 - Business analysis consultancy services
- 79411000 - General management consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operation
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 8 - Internationalisation
Lot No
8
two.2.2) Additional CPV code(s)
- 73220000 - Development consultancy services
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operation
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF)Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 9 – Innovation
Lot No
9
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
- 73220000 - Development consultancy services
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 1 –Marketing
Lot No
1
two.2.2) Additional CPV code(s)
- 79413000 - Marketing management consultancy services
- 79341100 - Advertising consultancy services
- 79415200 - Design consultancy services
- 79340000 - Advertising and marketing services
- 79342000 - Marketing services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £36,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
two.2) Description
two.2.1) Title
Lot 2 - Information Technology
Lot No
2
two.2.2) Additional CPV code(s)
- 72130000 - Computer-site planning consultancy services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72227000 - Software integration consultancy services
- 72228000 - Hardware integration consultancy services
- 72246000 - Systems consultancy services
- 72266000 - Software consultancy services
- 72110000 - Hardware selection consultancy services
- 72600000 - Computer support and consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72222100 - Information systems or technology strategic review services
- 72223000 - Information technology requirements review services
- 72200000 - Software programming and consultancy services
- 79411000 - General management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The purpose of this procurement is to seek proposals from potential suppliers of specialist support that can assist potential growth companies in particular areas of expertise required
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
European Development Fund (ERDF) Business Competitiveness Programme
two.2.14) Additional information
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18-month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme
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
SPD 4A.1 If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
SPD 4A.2 Bidders must confirm if they hold the particular authorisation or memberships.
Lot 1 Marketing - relevant qualification in Marketing and membership of the Chartered Institute of Marketing (CIM) or equivalent
Lot 2 Information Technology -relevant IT qualification and membership of British Computer Society (BCS) or equivalent
Lot 3 Finance - relevant qualification in Accountancy / Financial Management and Membership of the Institute of Chartered Accountants (ICA) or equivalent
Lot 4 Procurement - relevant qualification in Procurement and Supply (IPS) and Membership of the Chartered Institute of Procurement & Supply or equivalent
Lot 5 Leadership and Organisational Development - relevant qualification in management / leadership and appropriate membership e.g. Institute of Leadership & Management Professional membership (ILM) or equivalent
Lot 6 Digital Media Solutions - Institute of Digital Marketing (IDM) professional qualification or equivalent and membership of the IDM or equivalent
Lot 7 Environmental - Degree in Environmental Studies or Sustainable Development and Member or Associate of the Institute of Environmental Management and Assessment
Lot 8 Internationalisation - Appropriate membership of a recognised body
Lot 9 Innovation - Appropriate membership of a recognised body
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B.1.1 Bidders will be required to state their "general" yearly turnover for the last three years.
Insurance
The levels detailed below are our preferred levels of standards. However they should not preclude any bidder proceeding if they do not have the levels in place
-Employers’ Liability 10 Million GBP
-Public / Products Liability 10 MILLION GBP
-Professional Indemnity 5 MILLION GBP
-Management Liability / Directors & Officers Liability 5 MILLION GBP
SPD 4B.6 A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the
resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is
provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract
Minimum level(s) of standards possibly required
Insurance
The levels detailed below are our preferred levels of standards. However they should not preclude any bidder proceeding if they do not have the levels in place
-Employers’ Liability 10 Million GBP
-Public / Products Liability 10 MILLION GBP
-Professional Indemnity 5 MILLION GBP
-Management Liability / Directors & Officers Liability 5 MILLION GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C 6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
SPD AC6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
Lot 1 Marketing – relevant qualification in Marketing and membership of the Chartered Institute of Marketing (CIM) or equivalent and relevant experience / track record in delivering consultancy / training / mentoring support to business over the last three years
Lot 2 Information Technology - relevant IT qualification in and membership of British Computer Society (BCS) or equivalent and relevant experience of re-engineering management systems, developing and implementing ICT strategy development, developing and implementing online marketing / sales strategies and online security over the last three years.
Lot 3 Finance - relevant qualification in Accountancy / Financial Management and Membership of the Institute of Chartered Accountants (ICA) or equivalent and relevant experience / track record in delivering consultancy / training / mentoring support to business in financial management / review , self assessment, investor readiness and business restructuring over the last three years.
Lot 4 Procurement - relevant qualification in Procurement and Supply (IPS) and Membership of the Chartered Institute of Procurement & Supply or equivalent and relevant experience / track record in delivering consultancy / training / mentoring support to business in legal aspects of tendering, public and private tendering over the last three years.
Lot 5 Leadership and Organisational Development - relevant qualification in management / leadership and appropriate membership e.g. Institute of Leadership & Management Professional membership (ILM) or equivalent and relevant experience / track record in delivering consultancy / training / mentoring support to business in areas such as coaching, growth strategy development, managing change etc over the last three years
Lot 6 Digital Media Solutions - Institute of Digital Marketing (IDM) professional qualification or equivalent and membership of the IDM or equivalent and relevant experience / track record in delivering consultancy / training / mentoring support to business over the last three years
Lot 7 – Environmental -Degree in Environmental Studies or Sustainable Development and/or Member or Associate of the Institute of Environmental Management and Assessment and relevant experience / track record in delivering consultancy / training / mentoring support to businesses over the last three years
Lot 8 Internationalisation - appropriate membership of a recognised body and relevant experience / track record in delivering consultancy / training / mentoring support to business over the last three years.
Lot 9 Innovation - relevant experience, techniques / tools for process and or product improvement and development and appropriate membership of a recognised body and relevant experience / track record in delivering consultancy / training / mentoring support to business in areas such as innovation, product licensing, intellectual property etc over the last three years.
three.2) Conditions related to the contract
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 18
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.2.1) Previous publication concerning this procedure
Notice number: 2015/S 236-428414
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
25 February 2021
Local time
11:00am
Changed to:
Date
8 March 2021
Local time
11:00am
See the change notice.
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 2021
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2024 depending on availability of funding
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
Falkirk Council is seeking responses to this ITT for the provision of Specialist Business Support to SME’s for the Falkirk Council area.
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence in April 2021 for a period of 18 months. At the Council’s sole option, any Contract may be extended for up to a further 18 month period.
The activities delivered through this framework will be funded by the European Development Fund (ERDF) Business Competitiveness Programme. With an anticipated value of 135,000 GBP for the initial 18 month period of the framework
Tenderers may bid for one, several or all Lots
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17783. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:641194)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace Court
Sheriff Court House Main Street, Camelon
Falkirk
FK1 4AR
Country
United Kingdom