Awarded contract

Provision of Business Gateway Services

  • East Renfrewshire Council

F03: Contract award notice

Notice reference: 2023/S 000-010464

Published 12 April 2023, 11:08am



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

may.harvey-welsh@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 Business Gateway Services

Reference number

ERC000131

two.1.2) Main CPV code

  • 80510000 - Specialist training services

two.1.3) Type of contract

Services

two.1.4) Short description

East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Business Gateway services for East Renfrewshire Council as detailed in the specification.

The appointed lead contractor will undertake the preparation and delivery of three Business Gateway core service areas:

Start-up Advisory Service;

Growth Advisory Service; and

Business Gateway Local Services.

As part of any bid, the appointed lead contractor will also be required to provide a part-time Business Information Officer (BIO).

This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure.

Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £330,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Business Gateway services for East Renfrewshire Council as detailed in the specification.

The appointed lead contractor will undertake the preparation and delivery of three Business Gateway core service areas:

Start-up Advisory Service;

Growth Advisory Service; and

Business Gateway Local Services.

As part of any bid, the appointed lead contractor will also be required to provide a part-time Business Information Officer (BIO

This service will be offered to a sole supplier ranked no 1 after evaluation.

two.2.5) Award criteria

Quality criterion - Name: Previous Experience / Weighting: 10

Quality criterion - Name: Proposed Programme Delivery / Weighting: 30

Quality criterion - Name: Method Statement / Weighting: 20

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Accreditations / Weighting: 5

Quality criterion - Name: Exit Plan / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Carbon Footprint / Weighting: 5

Quality criterion - Name: Fair Working Practice's / Weighting: 5

Price - Weighting: 40

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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-002435


Section five. Award of contract

Contract No

ERC000131

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CJM Project Financial Management Ltd

AFM House, 6 Crofthead Road

Prestwick

KA9 1HW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £330,000


Section six. Complementary information

six.3) Additional information

Lots are not being used for this tender for the reason(s) stated below:

Nature of the contract not suitable for lots.

Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days

of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.

The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.

(SC Ref:728958)

six.4) Procedures for review

six.4.1) Review body

Paisley Shariff Court and Justice of the Peace

Paisley

PA3 2HW

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court