Section one: Contracting authority
one.1) Name and addresses
ESSEX COUNTY COUNCIL
County Hall
CHELMSFORD
CM1 1QH
Contact
Yamini Monks
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
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
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
Business Support Services
Reference number
CO0071
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
In response to the impacts of the COVID-19 pandemic on the economy, ECC have developed an Economic Recovery Programme of work to support the economy through to 2023. The recovery plan places a clear priority on establishing a new ECC business support service to be in operation by July 2021.The supplier will deliver a clear programme of business support to ensure the safeguarding of businesses and jobs impacted by the Covid-19 pandemic and provide high-quality provision that will enable business and jobs growth in key sectors important to Essex's economy, in turn helping to increase the prosperity and productivity of Essex. The new service will support Essex businesses to innovate and diversify as well as providing the best possible support to mitigate impacts and exploit opportunities arising from the Covid-19 crisis, the EU exit and the Green Growth Agenda. Business Support forms an intrinsic part of the delivery of ECC's Organisation Strategy 2017-21, aiming to "enable Essex firms in high-growth sectors to consolidate and expand, by providing advice". The supplier will deliver a Business Support service on behalf of ECC. The supplier will deliver the service across the Essex area excluding the Unitary Authorities of Southend Borough Council and Thurrock Council, running for a period of two years, commencing 1st July 2021. Bids can be from a single organisation, a consortium or a lead entity with sub-contracting; this will be at the supplier's discretion.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The primary purpose of the procurement opportunity is to deliver business support that will create and safeguard jobs and support business growth and survival.
This should be achieved through a range of interventions to be agreed with ECC during the implementation phase. These interventions may include providing 1-2-1 advice, partnering and collaboration opportunities between SME's and major industries and educational institutions, assisting businesses to pivot and innovate, supporting product development, supporting business people to develop new skills and enabling businesses to implement, adopt, deliver and develop green technologies.
6.3 Recent economic challenges have shown that being too prescriptive in this specification will reduce the ability for the new service to be agile and flexible to the changing needs of businesses and to the changing economic priorities of ECC. The supplier will therefore be expected to proactively design, develop and tailor the support interventions delivered to businesses throughout the contract by following the approach outlined below.
• Utilise evidence to identify business issue/needs
• Identify solutions and design interventions
• Review with senior ECC officers and Members to consider approach and expected outcomes against ECC and South East LEP Federated Board objectives
• Test solutions with end users
• Deploy intervention
• Monitor, continue, tweak or abort intervention
Suppliers will need to show that they understand the challenges that businesses face, particularly in the current climate, and what support they need. This should include details of the proposed delivery model and how it will address these needs and challenges. The supplier should look to apply learning from similar programmes, such as target audience, key sectors, delivery models and up-take demographics.
The service must be delivered across the whole of the Essex County Council geography, excluding the Unitary Authorities of Southend-on-Sea and Thurrock.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Possible 1 year extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
19 April 2021
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
19 April 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
18. Your tender submission must be submitted to the Authority electronically by publishing through this ITT CO0071 Business Support Services at https://www.proactisplaza.com, using PRJ1000032:-not later than 12:00 hours on 19/04/21.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom