Award

Business Gateway Core and Specialist Workshop and Expert Help Services

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Renfrewshire Council is seeking a single provider for the "Business Gateway Core and Specialist Workshop and Expert Help Services" to support the delivery of their core Business Gateway Services in Renfrewshire. The procurement process is at the award stage, having completed the tender stage. This procurement method follows an open procedure, with a total contract value of £97,650, signed on 20th December 2017. The services are to be delivered in Renfrewshire, with a strong emphasis on supporting business growth in the region through tailored workshops and expert consultations.

This tender presents excellent opportunities for small to medium-sized enterprises (SMEs) that specialise in providing business development services, particularly in areas such as Marketing, Finance, and Human Resources. Companies that can demonstrate both competence and relevant experience in delivering similar workshop and consultation services may find this an attractive opportunity for growth. Given the emphasis on community benefits, businesses that are committed to social responsibility and sustainable practices will be particularly well-suited to compete for this contract.

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

Business Gateway Core and Specialist Workshop and Expert Help Services

Notice Description

Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.

Lot Information

Lot 1

Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme. These additional services will include Core Start Up, Business Base, Specialist Workshops and Expert Help Consultations for growing businesses in areas such as Marketing, Finance, Innovation, Intellectual Property, Business Strategy, Procurement, Skills and Human Resource Management.. Tenderers 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000520374
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304797
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award 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

72 - IT services: consulting, software development, Internet and support

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


CPV Codes

72221000 - Business analysis consultancy services

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

79411100 - Business development consultancy services

Notice Value(s)

Tender Value
£100,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£97,650 Under £100K

Notice Dates

Publication Date
20 Dec 20178 years ago
Submission Deadline
8 Dec 2017Expired
Future Notice Date
Not specified
Award Date
20 Dec 20178 years ago
Contract Period
1 Jan 2018 - 31 Dec 2018 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Joanna Lindsay, Rachel O'Neill
Contact Email
joanna.lindsay@renfrewshire.gov.uk, rachel.oneill@renfrewshire.gov.uk
Contact Phone
+44 1416186400, +44 14161864573

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

LANARKSHIRE ENTERPRISE SERVICES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV302159
    Business Gateway Core and Specialist Workshop and Expert Help Services - 2. Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304797
    Business Gateway Core and Specialist Workshop and Expert Help Services - Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.

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-r6ebe6-0000520374-2017-12-20T00:00:00Z",
    "date": "2017-12-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000520374",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-34",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Rachel O'Neill",
                "email": "rachel.oneill@renfrewshire.gov.uk",
                "telephone": "+44 14161864573",
                "faxNumber": "+44 1416187050",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-35",
            "name": "See VI.4.3 Below",
            "identifier": {
                "legalName": "See VI.4.3 Below"
            },
            "address": {
                "locality": "See VI.4.3 Below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-24",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Joanna Lindsay",
                "email": "joanna.lindsay@renfrewshire.gov.uk",
                "telephone": "+44 1416186400",
                "faxNumber": "+44 1416187050",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-100",
            "name": "Lanarkshire Enterprise Services",
            "identifier": {
                "legalName": "Lanarkshire Enterprise Services"
            },
            "address": {
                "streetAddress": "Atrium Business Centre, North Caldeen Road",
                "locality": "Coatbridge",
                "region": "UKM84",
                "postalCode": "ML5 4EF"
            },
            "contactPoint": {
                "telephone": "+44 1236702020"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-66",
            "name": "SEE VI.4.3 BELOW",
            "identifier": {
                "legalName": "SEE VI.4.3 BELOW"
            },
            "address": {
                "locality": "SEE VI.4.3 BELOW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-24"
    },
    "tender": {
        "id": "RC/RC/340/18",
        "title": "Business Gateway Core and Specialist Workshop and Expert Help Services",
        "description": "Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79400000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72221000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2017-12-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-12-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV302159",
                "documentType": "contractNotice",
                "title": "Business Gateway Core and Specialist Workshop and Expert Help Services",
                "description": "2. Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV302159",
                "format": "text/html"
            },
            {
                "id": "DEC304797",
                "documentType": "awardNotice",
                "title": "Business Gateway Core and Specialist Workshop and Expert Help Services",
                "description": "Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304797",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council seek to engage a single provider, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in Renfrewshire and elements of the Business Growth Renfrewshire programme. These additional services will include Core Start Up, Business Base, Specialist Workshops and Expert Help Consultations for growing businesses in areas such as Marketing, Finance, Innovation, Intellectual Property, Business Strategy, Procurement, Skills and Human Resource Management.. Tenderers 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.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-01-01T00:00:00Z",
                    "endDate": "2018-12-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-12-08T12:00:00Z",
            "address": {
                "streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley PA1 1JB"
            },
            "description": "Tenders will be opened in accordance with Council's Standing Orders"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP 200,000 GBP for the last 2 years 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: 4B.6 The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation",
                    "minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP 200,000 GBP for the last 2 years 4B.5.1 Employer's (Compulsory) Liability Insurance = Statutory minimum GBP 5m each and every claim; Public Liability Insurance = minimum GBP 1m each and every claim; Professional Indemnity Insurance = GBP 100k each and every claim (cover in the aggregate will be accepted so long as one automatic annual reinstatement of the sum is permitted); Motor Vehicle Cover, or, where there is no company fleet but employees use their own vehicles, a letter signed by a person of appropriate authority confirming that the company has ongoing arrangements in place to ensure that their employees' vehicles are appropriately insured and maintained for business purposes. 4B.6 Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-12-31T00:00:00Z"
            }
        },
        "classification": {
            "id": "79411100",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Award against framework: Request for Documentation: The Council will request the following documentation once all bids have been received: 1 Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2 Tenderers are required to submit S7 Declaration as part of their tender submission. The document is attached within the commercial envelope. 3 A completed copy of the Request for Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include: Agreement to S1 Equalities Questionnaire Agreement to S2 Equalities Declaration Agreement to S3 Tender Compliance Certificate Agreement to S4 No Collusion Certificate Agreement to S5 Prompt Payment Certificate Agreement to S8 Scorecard Agreement to S9 List of Proposed Sub-Contractors Agreement to S10 Parent Company Guarantee Agreement to S11 Confirmation of Destruction of Information Certificate Low Risk H&S Questionnaire 4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. (SC Ref:523841)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000520374"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000520374"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "RC/RC/340/18",
            "suppliers": [
                {
                    "id": "org-100",
                    "name": "Lanarkshire Enterprise Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC/RC/340/18",
            "awardID": "RC/RC/340/18",
            "status": "active",
            "value": {
                "amount": 97650,
                "currency": "GBP"
            },
            "dateSigned": "2017-12-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "133",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "134",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "135",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "136",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "137",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}