Award

Social Enterprise Business Accelerator

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

03 Oct 2023 at 13:50

Tender

14 Jun 2023 at 11:16

Summary of the contracting process

The South Lanarkshire Council's Community and Enterprise Resources issued a tender for a Social Enterprise Business Accelerator Programme under the main procurement category of services. The programme aims to deliver entrepreneurial training and business support for social enterprises and third sector organisations in South Lanarkshire. The procurement stage was an Open Tendering Procedure, with specific technical and commercial evaluation stages. The tender, titled "Social Enterprise Business Accelerator," was completed within the financial year 2023/2024, providing opportunities for businesses in the training programme services industry located in South Lanarkshire.

This procurement process conducted by the South Lanarkshire Council presents an opportunity for service providers in the training programme services sector to engage in delivering a Social Enterprise Accelerator Programme. The procurement method used was an Open procedure with specific evaluation criteria based on Technical (60%) and Price (40%) aspects. Businesses focusing on entrepreneurial training, upskilling, and social enterprise support, particularly based in South Lanarkshire, will find this tender conducive for business growth and expansion. The opportunity details, deadlines, and evaluation criteria align with companies committed to social enterprise development and innovation within the region.

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

Social Enterprise Business Accelerator

Notice Description

South Lanarkshire Council's Community and Enterprise Resources, Enterprise and Sustainable Development Services required to appoint a suitably qualified and experienced service provider to deliver a Social Enterprise Accelerator Programme. The programme required to be completed within financial year 2023/2024, with the potential to extend the programme should additional funding become available to the Council. The Social Enterprise Business Accelerator will deliver entrepreneurial training, upskilling and business support for leaders of Social Enterprises and Enterprising Third Sector Organisations based in South Lanarkshire. The programme will be delivered through a mix of online and in person sessions. Using the Council's community benefit matrix, the Council calculated that the minimum total of community benefit points which must be delivered under this contract is a minimum of 40 Community Benefit points.

Lot Information

Lot 1

An Open Tendering Procedure was published on PCS-T on 14th June 2023 with a closing date of 26th July 2023 at 12 noon. Tenders were invited on a Price / Quality basis. The mechanism for assessing tenders was comprehensively detailed within the 'Evaluation of Tenders' document contained within the tender process but can be summarised as follows: Stage 1 - Qualification Response Stage 2 - Technical Response Stage 3 - Commercial Response Stage 1 - Bidders were required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. The SPD (Scotland) submitted by each bidder was accepted as preliminary evidence, in the form of a declaration, to confirm that: - none of the mandatory or discretionary exclusion grounds apply - if any of the mandatory or discretionary grounds apply the self-cleansing measures that have been taken; and - the bidder meets the relevant selection criteria All mandatory and discretionary exclusions grounds were assessed on a PASS/FAIL basis. SPD (Scotland) selection questions 4B.4, 4B.5 and 4C.1.2 were also assessed on a PASS/FAIL basis. The Council's minimum requirements for each of these criteria were described within the Contract Notice. Stage 2 - Bidders were required to complete a Technical response on the following technical criteria: 2.1.2 Project Approach 2.1.3 Recruitment Process 2.1.4 Delivery / Key Milestones 2.2.2 Community Benefits 2.3.1 Fair Work First Stage 3 - Bidders were required to complete a Commercial response. The successful Bidder was the one which achieved the highest combined quality / price score provided that all of the selection criteria contained within the Qualification Envelope, as detailed within the Contract Notice, was provided, and verified by the Council as being compliant.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d60e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029127-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80521000 - Training programme services

Notice Value(s)

Tender Value
£160,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£76,000 Under £100K

Notice Dates

Publication Date
3 Oct 20232 years ago
Submission Deadline
26 Jul 2023Expired
Future Notice Date
Not specified
Award Date
1 Oct 20232 years ago
Contract Period
3 Sep 2023 - 31 Mar 2024 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Diane Hunter
Contact Email
diane.hunter@southlanarkshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

INSPIRENT

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-03d60e-2023-10-03T14:50:21+01:00",
    "date": "2023-10-03T14:50:21+01:00",
    "ocid": "ocds-h6vhtk-03d60e",
    "description": "The estimated value noted within the contract notice takes account of the optional extension. Community Benefits Inspirent Ltd offered 40 Community Benefit points by delivering the following: - Training opportunity x1 (20 points) - Young person engagement x2 (20 points) The provision of these Community Benefits will be electronically recorded and monitored as part of the Council's Performance Appraisal process. Fair Work First Inspirent Ltd confirmed they are committed to fair working practices. (SC Ref:746278)",
    "initiationType": "tender",
    "tender": {
        "id": "SL/CE/23/030",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Social Enterprise Business Accelerator",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80521000",
            "description": "Training programme services"
        },
        "mainProcurementCategory": "services",
        "description": "South Lanarkshire Council's Community and Enterprise Resources, Enterprise and Sustainable Development Services required to appoint a suitably qualified and experienced service provider to deliver a Social Enterprise Accelerator Programme. The programme required to be completed within financial year 2023/2024, with the potential to extend the programme should additional funding become available to the Council. The Social Enterprise Business Accelerator will deliver entrepreneurial training, upskilling and business support for leaders of Social Enterprises and Enterprising Third Sector Organisations based in South Lanarkshire. The programme will be delivered through a mix of online and in person sessions. Using the Council's community benefit matrix, the Council calculated that the minimum total of community benefit points which must be delivered under this contract is a minimum of 40 Community Benefit points.",
        "value": {
            "amount": 160000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "An Open Tendering Procedure was published on PCS-T on 14th June 2023 with a closing date of 26th July 2023 at 12 noon. Tenders were invited on a Price / Quality basis. The mechanism for assessing tenders was comprehensively detailed within the 'Evaluation of Tenders' document contained within the tender process but can be summarised as follows: Stage 1 - Qualification Response Stage 2 - Technical Response Stage 3 - Commercial Response Stage 1 - Bidders were required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. The SPD (Scotland) submitted by each bidder was accepted as preliminary evidence, in the form of a declaration, to confirm that: - none of the mandatory or discretionary exclusion grounds apply - if any of the mandatory or discretionary grounds apply the self-cleansing measures that have been taken; and - the bidder meets the relevant selection criteria All mandatory and discretionary exclusions grounds were assessed on a PASS/FAIL basis. SPD (Scotland) selection questions 4B.4, 4B.5 and 4C.1.2 were also assessed on a PASS/FAIL basis. The Council's minimum requirements for each of these criteria were described within the Contract Notice. Stage 2 - Bidders were required to complete a Technical response on the following technical criteria: 2.1.2 Project Approach 2.1.3 Recruitment Process 2.1.4 Delivery / Key Milestones 2.2.2 Community Benefits 2.3.1 Fair Work First Stage 3 - Bidders were required to complete a Commercial response. The successful Bidder was the one which achieved the highest combined quality / price score provided that all of the selection criteria contained within the Qualification Envelope, as detailed within the Contract Notice, was provided, and verified by the Council as being compliant.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2023-09-04T00:00:00+01:00",
                    "endDate": "2024-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 - Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio. Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio. Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.",
                    "minimum": "SPD Question 4B.4 Economic and Financial Standing Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Q 4B.5.1a Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP without limit to the number of claims, and/or in the aggregate (if each and every claim cover cannot be secured). Q 4B.5.1b Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Q 4B.5.2 Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 5 years. You must describe in sufficient detail the required experience in terms of the specific services, the number of required examples, the minimum duration of experience e.g. 5 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. SPD Question 4C.10 Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-26T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1037",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Diane Hunter",
                "email": "diane.hunter@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Social Enterprise Accelerator Programme"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957",
                "email": "hamiltoncivl@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-85861",
            "name": "Inspirent Ltd",
            "identifier": {
                "legalName": "Inspirent Ltd"
            },
            "address": {
                "streetAddress": "Atrium Business Centre, North Caldeen Road",
                "locality": "Coatbridge",
                "region": "UKM84",
                "postalCode": "ML5 4EF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1236702020"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1037",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000735264"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "029127-2023-SLC/CE/23/030-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.3,
                "maximumPercentage": 0.3
            },
            "suppliers": [
                {
                    "id": "GB-FTS-85861",
                    "name": "Inspirent Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029127-2023-SLC/CE/23/030-1",
            "awardID": "029127-2023-SLC/CE/23/030-1",
            "status": "active",
            "value": {
                "amount": 76000,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}