Tender

Central London Inclusive Growth - Collaborative Business Support Project

  • Westminster City Council

F02: Contract notice

Notice identifier: 2024/S 000-012725

Procurement identifier (OCID): ocds-h6vhtk-045374

Published 18 April 2024, 5:22pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Contact

Parveen Khan

Email

pkhan@westminster.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.westminster.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com/go/29827165018EF1529680

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com/go/29827165018EF1529680

Tenders or requests to participate must be submitted to the above-mentioned address

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

Central London Inclusive Growth - Collaborative Business Support Project

Reference number

prj_WCC_23213

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

Westminster City Council (WCC) are looking for bidders to provide scale-up support for eligible micro and small businesses with a particular focus on female and disabled owned businesses.

This service will need to be provided in London boroughs such as Westminster City Council (WCC), Camden, Hackney and Tower Hamlets. The successful bidder will be required to deliver the full service requirement across all 4 Boroughs.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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
  • 79411100 - Business development consultancy services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
  • UKI32 - Westminster
  • UKI41 - Hackney and Newham
  • UKI42 - Tower Hamlets
Main site or place of performance

This service will need to be provided in London boroughs such as Westminster City Council (WCC), Camden, Hackney and Tower Hamlets

two.2.4) Description of the procurement

The core objective of this contract is to strengthen local entrepreneurial ecosystems and support businesses at all stages of their development to start, sustain, grow, and innovate, including through local networks.

Bidders must deliver support via a hybrid model, meaning that they will provide a combination of in-person and online coaching and training.

Bidders must provide a comprehensive range of support including, but not limited to:

Bespoke, dedicated 1-1 consultancy support.

Stimulation of peer-to-peer learning

Workshop style training and learning

Networking opportunities

Sharing of best practice

Reading and educational materials

Access to software, portals, and/or IT resources that can provide specific scale-up support.

The Authority intends to award the contract on the basis of the tender that represents the most economically advantageous offer.

The contract is planned to commence 01/07/2024 for a period of 9 months.

Due to the tight time constraints around the external funding requirements, and the Authorities being under risk of losing the funding if not procured in a timely manner, the timeline for this tender opportunity has been reduced to 20 days per Regulation 27(5) of the PCR 2015.

Bidders are encouraged to carefully consider the ITT tender pack before making their submissions.

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: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

9

This contract is subject to renewal

No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Financial Assessment

Bidders will be required to have a creditsafe score of 50 or more

Bidders will be required to have the following insurances:

Employers Liability £5 million

Public Liability £5 million

Professional Indemnity £2 million

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the Tender pack


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

10 May 2024

Local time

5:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 May 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This opportunity and all associated procurement documents will be accessible via our e-sourcing portal, kindly visit; www.capitalesourcing.com and search for the following reference: prj_WCC_23213. If you have any questions, please submit these through the e-tendering portal (“the Portal”)

Our e-sourcing portal site is free to register on.

To view details of the Opportunity via the Portal please click the following link and enter your Username and Password:

https://www.capitalesourcing.com/web/login.shtml

Or browse as follows:

- Connect to https://www.capitalesourcing.com

- Enter your Username and Password

- Go to Published Opportunities

- Click on the Project Title to view details

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom