Award

Digital Boost 1-2-1

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

21 Sep 2021 at 13:05

Tender

08 Jun 2021 at 12:05

Summary of the contracting process

Glasgow City Council is conducting an open tender process for the contract titled "Digital Boost 1-2-1", aimed at providing business and management consultancy services to assist Scottish businesses in adopting digital technologies. The procurement is currently in the active award stage, with a total contract value of £400,000 and a signing date of 31st August 2021. The submission period for bids ended on 9th July 2021 with the items being delivered primarily to the Glasgow region (UKM82). Interested parties should refer to the relevant ESPD questions regarding quality control certifications and other compliance measures as outlined in the tender specifics.

This tender presents significant opportunities for consultancy firms, particularly those specialising in digital transformation and technological adaptation. Businesses seeking to enhance their service offerings in the area of digital consultancy would be well-positioned to participate in future contracts under this framework, especially given the potential for contract renewal options extending up to 12 months. It is particularly relevant for SMEs keen on expanding their portfolios in technology adoption and providing supportive services for business growth within the Scottish market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Digital Boost 1-2-1

Notice Description

Provided Digital 1-2-1 Consultancy Services

Lot Information

Lot 1

Digitalboost will assist in increasing the confidence and desire amongst Scottish businesses to explore and adopt digital technologies and platforms, to increase their digital maturity and thus their reach, productivity and efficiency.

Renewal: Option to extend for up to a period of 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b972
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023461-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£400,000 £100K-£500K

Notice Dates

Publication Date
21 Sep 20214 years ago
Submission Deadline
9 Jul 2021Expired
Future Notice Date
Not specified
Award Date
30 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
March 2025

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
claire.connell@glasgow.gov.uk
Contact Phone
+44 1412875676

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

TARGETING INNOVATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b972-2021-09-21T14:05:02+01:00",
    "date": "2021-09-21T14:05:02+01:00",
    "ocid": "ocds-h6vhtk-02b972",
    "description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, bidders must hold the certificates for Quality Control, or comply with all the questions noted in SPD Section 4D. Please refer to the 'SPD Statements' within the Invitation to Participate/Tender document. 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 contained in the technical envelope within PCS Tender portal (NB the council does not bind itself to withhold this information). Applicants will be required to complete the FOI certificate at ITT stage. Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the technical envelope within the PCS tender portal (at ITT stage). Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works 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. Applicants will be required to complete the prompt payment certificate contained in the technical envelope within PCS Tender portal. Non - Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the technical envelope within the tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter 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 Buyers Attachments area of the tender portal. Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Invitation To Participate/Tender documents. Applicants must ensure they read in line with this contract notice. (SC Ref:666475)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005266CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Digital Boost 1-2-1",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79410000",
            "description": "Business and management consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Provided Digital 1-2-1 Consultancy Services",
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Digitalboost will assist in increasing the confidence and desire amongst Scottish businesses to explore and adopt digital technologies and platforms, to increase their digital maturity and thus their reach, productivity and efficiency.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Fair Working Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to a period of 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Non Applicable",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Balance Sheet Strength, and Liquidity There is also a further requirement regarding Current Liquidity, which can be met by a Letter of Comfort from the bank of the Bidder (see below) 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 Liquidity Ratios Current Ratio Current Assets/Current Liabilities Leverage Ratio Long-term Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Intangibles can be included for purposes of the Net Worth figure. The above ratios should be calculated on last set of accounts filed at Companies House Applicants 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. Applicants 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. Where the Applicant is a group of economic operators (such as a consortium), at least one of the members of that group (preferably the lead), must demonstrate compliance with minimum financial requirements. Due to the potential negative financial consequences on company finances of the pandemic, Glasgow City Council also requires assurance regarding current liquidity of the bidding company The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. In the event of the Bidder not being able to comply with the above requirement, and with a suitable explanation having been received, Glasgow City Council would also be prepared to consider other documentation that provided evidence that the Bidder has adequate financial resources to undertake the contract Glasgow City 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",
                    "minimum": "Glasgow City Council's Insurance Requirements are: - Bidder shall take out and maintain, throughout the period of the Framework, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the Framework, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the Framework, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Non Applicable",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-07-09T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-09T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Glasgow City council (\"the 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, conclude the framework agreement or establish a dynamic purchasing system. 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 85(1) of the Public Contracts (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 Sherriff Court of the Court of Session where 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, conclude the framework agreement or establish the dynamic purchasing system 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.",
        "recurrence": {
            "description": "March 2025"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-203",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412875676",
                "email": "claire.connell@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-18787",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO BOX 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-25499",
            "name": "Targeting Innovation Limited",
            "identifier": {
                "legalName": "Targeting Innovation Limited"
            },
            "address": {
                "streetAddress": "Registered Office: Aberdein Considine Secretarial Services Limited, 5-9 Bon Accord Crescent",
                "locality": "Aberdeen",
                "region": "UKM82",
                "postalCode": "AB11 6DN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-203",
        "name": "Glasgow City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "023461-2021-GCC005266CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25499",
                    "name": "Targeting Innovation Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023461-2021-GCC005266CPU-1",
            "awardID": "023461-2021-GCC005266CPU-1",
            "status": "active",
            "value": {
                "amount": 400000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-31T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}