Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Contact
Parveen Khan
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
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