- Scope of the procurement
- Lot 2. Business Growth
- Lot 1. Business Structuring
- Lot 3. Leadership, Skills and Resource
- Lot 4. Business Financial Management
- Lot 5. Design Thinking and Innovation
- Lot 6. Sales and Marketing
- Lot 7. Internationalisation
- Lot 8. Digital Development and Innovation
- Lot 9. Green Business Support
- Lot 10. Business Acceleration
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Telephone
+44 1412876410
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
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
Glasgow Business Growth Framework - Phase 3
Reference number
GCC005516CPU
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow City Council (the Council) requires a framework of suppliers to deliver a range of business growth consultancy services to eligible organisations across the city to aide a sustainable growth agenda and improve business start-up and survival rates.
As the organisations accessing support via this Framework have different needs, the services provided must be offered flexibly. This includes, but is not limited to, face to face, digitally, by phone and one to one at suitable times and locations.
The Framework is made up of 10 Lots as detailed below and aligned to the specialist area of business support to be provided.
Please note funding totaling 1.9m GBP is currently confirmed for the first two years of the Framework. This therefore represents the estimated minimum total Framework value.
Should funding equal to this initial value be subsequently secured this will be used to deliver years three and four respectively and aligns with the higher maximum value noted in II.1.5
Lot 1- Business Structuring
Lot 2 - Business Growth
Lot 3 - Leadership, Skills and Resource
Lot 4 - Business Financial Management
Lot 5 - Design Thinking and Innovation
Lot 6 - Sales and Marketing
Lot 7 -Internationalisation
Lot 8 - Digital
Lot 9 - Green Business Support
Lot 10 - Business Acceleration
two.1.5) Estimated total value
Value excluding VAT: £3,800,000
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
Business Growth
Lot No
2
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 79418000 - Procurement consultancy services
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Business Growth Lot will provide specialist consultancy support to identify areas of improvement processes which help to improve some measure of an organisations success.
Specific sub-categories services to be delivered under this Lot include but are not limited to-
Strategic Planning
Change Management
Pitching and Procurement
Operations Management
Turnaround
Mergers and Acquisition
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Business Structuring
Lot No
1
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 79400000 - Business and management consultancy and related services
- 66519310 - Insurance consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Business Structuring Lot will provide specialist consultancy support to help determine the assignment and coordination of roles, power and responsibilities and define how information flows between the different levels of management within a business.
Specific sub-category services to be delivered under this Lot include but are not limited to-
Board Development
Company Structuring
Franchising
Business Succession/Acquisition / Management Buy outs/ Employee ownership
Company Governance, Business Law / Contracts
Ethical Management
Intellectual Property
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Leadership, Skills and Resource
Lot No
3
two.2.2) Additional CPV code(s)
- 79411000 - General management consultancy services
- 79414000 - Human resources management consultancy services
- 79411100 - Business development consultancy services
- 79410000 - Business and management consultancy services
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Leadership, Skills and Resource Lot will provide specialist consultancy support that may involve reviewing existing leadership development processes and preparing a report on their future suitability and/or making recommendations for future actions. This also includes capacity building and comprehensive HR support.
Specific sub-category services to be delivered under this Lot include, but are not limited to -
Organisational Development and Succession Planning
Leadership and Management
Accreditation
Capacity Building and HR Support
Hybrid Working / Remote Leadership Skills
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Business Financial Management
Lot No
4
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
- 79411000 - General management consultancy services
- 79410000 - Business and management consultancy services
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Business Financial Management Lot will provide specialist consultancy support across a range of areas which will help with the efficient and effective management of money / funds in such a manner as to accomplish the objectives of the organisation.
Specific sub-categories services to be delivered under this Lot include but are not limited to-
Financial Management
Financial Readiness
Preparing for Investment
Alternative Finance
Company Valuation / Succession Planning
Taxation
Cloud Accounting
Turnaround
Mergers and Acquisition
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Design Thinking and Innovation
Lot No
5
two.2.2) Additional CPV code(s)
- 79415200 - Design consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 72242000 - Design-modelling services
- 72413000 - World wide web (www) site design services
- 79421200 - Project-design services other than for construction work
- 79822500 - Graphic design services
- 79930000 - Specialty design services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Design Thinking & Innovation Lot will provide specialist consultancy services to help integrate design thinking principles into a range of organisations across different industry sectors and will support the development of organisational processes for introducing new ideas, workflows, methodologies, services and/or products. This should help enable the achievement of goals across the entire organisation, with sights set on accomplishing core business aims and initiatives.
Specific sub-categories services to be delivered under this Lot include but are not limited to
Problem Solving
Development
Testing and validation
Understanding Innovation (Architectural, Radical, Incremental and Disruptive)
Product (Market-driven) Innovation
Process (Technology-driven) Innovation:
Service (Business Model) Innovation
Service Products
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SME’s / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Sales and Marketing
Lot No
6
two.2.2) Additional CPV code(s)
- 79413000 - Marketing management consultancy services
- 72212481 - Sales or marketing software development services
- 79340000 - Advertising and marketing services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Expert consultancy services under the Sales and Marketing Lot will assist businesses with the practical approach to marketing, including writing a marketing plan and establishing a marketing communications plan for integrating traditional and digital communications. It will also offer support with developing a marketing and/ or sales strategy, with pricing and market penetration strategies
Specific sub-categories services to be delivered under this Lot include but are not limited to
Sales
Marketing Strategies
Branding
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Internationalisation
Lot No
7
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
- 79412000 - Financial management consultancy services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 79410000 - Business and management consultancy services
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Internationalisation Lot will provide specialist consultancy support to businesses to access overseas markets, offering an opportunity to increase sales to a much wider customer base.
Specific sub-categories services to be delivered under this Lot include but are not limited to-
Support for Importing / Exporting/ Taxes and Tariffs
Market Analysis and Development
Structuring for Internationalisation / international Strategy
Visa Sponsorship Licensing
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Digital Development and Innovation
Lot No
8
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
- 79411100 - Business development consultancy services
- 79410000 - Business and management consultancy services
- 73220000 - Development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Digital Development and Innovation Lot will provide specialist consultancy support to businesses to use technology to benefit their internal and/or external operations.
Specific sub-categories services to be delivered under this Lot include but are not limited to-
Social Media
Data Analytics and exploitation
Customisation of software or App development
Expertise to support the business to exploit technology for business improvement
Cyber Security and GDPR
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Green Business Support
Lot No
9
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 66171000 - Financial consultancy services
- 72221000 - Business analysis consultancy services
- 72220000 - Systems and technical consultancy services
- 73000000 - Research and development services and related consultancy services
- 79400000 - Business and management consultancy and related services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Green Business Support Lot will offer specialist consultancy services to help businesses improve their practices and environmental performance, whilst simultaneously reducing costs and building long-term resilience to the impacts of climate change.
Specific sub-categories services to be delivered under this Lot include but are not limited to-
Energy Efficiency and Renewables
Circular Economy
Climate Resilience and Adaptation
Sustainability
Active Travel
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
two.2) Description
two.2.1) Title
Business Acceleration
Lot No
10
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This Lot will provide support in a different, more targeted, and innovative way for organisations at various stages of growth. These interventions could focus on emerging themes and would target the key and emerging sectors. They could combine traditional teaching methodologies with guidance and mentorship.
These programmes could include expert services as outlined in Lots 1-9 Business Growth; Business Structuring; Leadership and Skills; Financial Management; Design Thinking and Innovation; Sales and Marketing; Internationalisation; Digital Development and Innovation and Green Business Support.
Learning-by-doing is vital to the process of scaling any venture, and the point of any type of acceleration programme is to accelerate that process. In this way, businesses are able to compress a large amount of learning into a shorter period of time. The Accelerator programmes will deliver specialist consultancy support that is relevant, accessible and practical for ambitious businesses in the city looking to scale up.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Approach / Weighting: 30
Quality criterion - Name: Team and Account Management / Weighting: 20
Quality criterion - Name: Commitment to the City and Ethics / Weighting: 10
Quality criterion - Name: Knowledge of SMEs / Weighting: 10
Quality criterion - Name: Inclusive Growth / Weighting: 5
Quality criterion - Name: Understanding of Social Enterprises / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 5
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 Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly.
The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
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: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:-
There is a minimum financial requirement that affects trading performance, and balance sheet strength
Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts accounts with Companies House
Trading Performance
An overall positive outcome on pre tax profits over a 3 year period
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio Pre-Tax Profit/Turnover
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities
If a Bidder is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, a full set of accounts will be required in order to verify the above ratios have been complied with.
A Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House.
Bidders who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.
Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
The council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing
Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded and their bid not considered further.
Minimum level(s) of standards possibly required
The council’s Insurance Requirements are:
Employer’s Liability Insurance
The organisation shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of a minimum of TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Public Liability Insurance
The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of a minimum of FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Professional Indemnity Insurance
The organisation shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the council’s express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case.
Should the Bidder not have the specified insurances at the time of Invitation to Tender then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained prior to contract award.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in this Contract Notice and as further detailed in the tender documentation
Bidders must provide a detailed response to questions 4C1.2 of the Scottish Procurement Document (SPD) noted in the Qualification Envelope of the PCS-T system and as detailed below.
Please provide 1 relevant example of specialist consultancy services carried out during the last 3 years as specified in the Contract Notice.
Examples from either public or private sector customers/clients may be used
The example should highlight all relevant and applicable skills, expertise and capacity to deliver the specialist consultancy and advice services as detailed in the relevant scope of services for the Lot you are applying for.
Your example should provide the following details.
-Customer name, value of contract and start and end dates
-Brief description of the services provided
Please also detail any sub-contractors used in the delivery of these services and their role
Please refer to Document 1 - Invitation to Tender and Document 2 - Scope of Services within the Attachment area of the portal within PCST for further information
This example is worth 100%.
A minimum score of 60% out of 100% is required. Any Bidder who fails to achieve the minimum score for this element will be excluded at this stage.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Document 1 Invitation to Tender, Document 2 - Scope of Services and Document 3 - Terms and Conditions uploaded in the Suppliers Attachment Area of PCS-T for full details.
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: 70
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: 2022/S 190-000016
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 February 2023
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 February 2023
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: The Framework is expected to run for an an initial period of 2 years as funding is confirmed for this period. The council has also retained the option to extend for 2 further periods of 12 months each should further funding become available.
Further notices concerning any future procurements should funding become available could therefore be published between 2024 - 2026.
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
The Council are seeking to appoint 5-7 suppliers per Lot. All Lots will be unranked.
Bidders may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts
(Scotland) Regulations 2015.Bidders must hold certificates for Quality Assurance & Environmental Management Standards or comply with all questions noted in the SPD Section 4D. Bidders are also required to provide detail of all relevant industry standards, accreditation, affiliations or memberships that they may hold.
Freedom of Information Act
Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not binditself to withhold this information).
Tenderers Amendments
Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this
offer.
Prompt Payment
The successful Suppliers shall, as a condition of being awarded the tender, be required to demonstrate to the Council's satisfaction that all funds due to the Supplier's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices renderedby subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful Bidders shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any.
Non Collusion
Bidders will be required to complete the Non Collusion certificate.
Insurance Mandate
All successful suppliers will be required to sign an Insurance Mandate, contained in the suppliers attachments area within PCS-T
authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed
and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
Terms and Conditions are located within the attachments area within the PCS Tender portal referenced Document 3.
Additional information pertaining to this framework is contained in the ITT Document One.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23169. For more information see https://www.publictendersscotland.publiccontractsscotland.gov.uk
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23169. 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
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:
Delivery of community benefits is mandatory but is only subject to commencement once a supplier has reached a set threshold of awarded days. These days are cumulative and will be calculated across all Lots a supplier is appointed to.
This initial threshold is 10 days. Once this has been met – the below thresholds and community benefit delivery requirements apply;
For each day of work awarded beyond the 10-day threshold, suppliers will be required to deliver 1 hour of Business Mentoring support.
For each day of work awarded beyond 70 days, suppliers will be required to deliver 1.5 hours of Business Mentoring support
For each day of work awarded beyond 140 days, suppliers will be required to deliver 2 hours of Business Mentoring support.
Please refer to the tender documentation for further information.
(SC Ref:717235)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G2 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates
concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice
is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last
notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation
86 of The Public Contract (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any
eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the
Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council
must not enter into the contract unless the proceedings are determined, discontinued or disposed of;
or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and
the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further
clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own
independent legal advice when they consider appropriate to do so.