Award

Business Gateway Workshop and Expert Help Services

WEST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

West Dunbartonshire Council is seeking a contractor for the "Business Gateway Workshop and Expert Help Services" project, which aims to support the delivery of Business Gateway Services in West Dunbartonshire. This procurement falls under the services category and follows an open procedure. The tender was initiated on 20th October 2021, with a completion date for submissions set for 16th April 2021. The contract is valued at £128,520 and will be delivered within the West Dunbartonshire area.

This tender presents significant opportunities for businesses, particularly those engaged in providing consultancy, workshop facilitation, and training services. Companies with substantial experience in delivering local government projects, especially within the scope of business support and guidance, would be ideally positioned to compete. Participation in this contract could enhance a business's reputation and foster growth through long-term partnerships with West Dunbartonshire Council.

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 Workshop and Expert Help Services

Notice Description

West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.

Lot Information

Lot 1

West Dunbartonshire Council is seeking to appoint a a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme

Renewal: Contract is for a 24 month period with option of up to 12 month extension(maximum period is 36 months)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000647532
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430850
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80530000 - Vocational training services

80532000 - Management training services

Notice Value(s)

Tender Value
£147,900 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£128,520 £100K-£500K

Notice Dates

Publication Date
20 Oct 20214 years ago
Submission Deadline
16 Apr 2021Expired
Future Notice Date
Not specified
Award Date
30 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
If required, a further notice would be published in 3 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST DUNBARTONSHIRE COUNCIL
Contact Name
Not specified
Contact Email
corporate.procurement@west-dunbarton.gov.uk, michelle.mckenzie@west-dunbarton.gov.uk
Contact Phone
+44 1389737000

Buyer Location

Locality
DUMBARTON
Postcode
G82 3PU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond

Local Authority
West Dunbartonshire
Electoral Ward
Dumbarton
Westminster Constituency
West Dunbartonshire

Supplier Information

Number of Suppliers
1
Supplier Name

BUSINESS DEVELOPMENT ADVISERS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410423
    Business Gateway Workshop and Expert Help Services - West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430850
    Business Gateway Workshop and Expert Help Services - West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.

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-r6ebe6-0000647532-2021-10-20T00:00:00Z",
    "date": "2021-10-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000647532",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-45",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "Garshake Road",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 3PU"
            },
            "contactPoint": {
                "email": "michelle.mckenzie@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.west-dunbarton.gov.uk"
            }
        },
        {
            "id": "org-46",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://www.west-dunbarton.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-141",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Corporate.Procurement@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "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": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-183",
            "name": "Business Development Advisers Ltd",
            "identifier": {
                "legalName": "Business Development Advisers Ltd"
            },
            "address": {
                "streetAddress": "Hillington Business Centre, 15-17 Nasmyth Road South",
                "locality": "Hillington",
                "region": "UK",
                "postalCode": "G52 4RE"
            },
            "contactPoint": {
                "telephone": "+44 1419520642"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-143",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-141"
    },
    "tender": {
        "id": "2021-51",
        "title": "Business Gateway Workshop and Expert Help Services",
        "description": "West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "80530000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80532000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Dunbartonshire Council area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 147900,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-04-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-04-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR410423",
                "documentType": "contractNotice",
                "title": "Business Gateway Workshop and Expert Help Services",
                "description": "West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410423",
                "format": "text/html"
            },
            {
                "id": "OCT430850",
                "documentType": "awardNotice",
                "title": "Business Gateway Workshop and Expert Help Services",
                "description": "West Dunbartonshire Council is seeking to appoint a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme. The full scope of services is contained within the document entitled BG Technical Specification within the Supplier Attachment Area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430850",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "West Dunbartonshire Council is seeking to appoint a a single contractor, with the competence and capability to deliver a package of services to support the delivery of the core programme of Business Gateway Services in West Dunbartonshire and elements of the Business Gateway Plus programme",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract is for a 24 month period with option of up to 12 month extension(maximum period is 36 months)"
                }
            }
        ],
        "bidOpening": {
            "date": "2021-04-16T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "With reference to Single Procurement Document (SPD) questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.49,300 GBP, therefore a turnover of 98,600 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance Q4B.5.1 -It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below. - Employers Liability Insurance - 10 million GBP each Q4B5.2 - Public and Product Liability Insurance - 10 million GBP each - Professional Indemnity Insurance 5 million GBP each - Third Party Motor Insurance, statutory third party motor vehicle cover in accordance with the provisions of the current Road Traffic 1988(as amended)- please provide a valid MV certificate in the contractors name http:www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "minimum": "SPD questions 4C.1.2, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4C.10, These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes) With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience and capacity to deliver the services as described in part II.2.4 of this Contract Notice and as detailed in the Specification. SPD 4D.1 contractors need to demonstrate satisfactory H&S accreditation or standards Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. Quality Assurance Schemes and Environmental Management Standards: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "80530000",
            "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 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "If required, a further notice would be published in 3 years"
        }
    },
    "language": "EN",
    "description": "Supporting documents listed below are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. Please note that all of these documents must be signed by an authorised signatory. - WD04 Parent Company Guarantee (Only if Required) - WD05 Non Collusion Certificate - WD06 Health & Safety Questionnaire Reform (Only if Required) - WD07 Certificate of Non-Canvassing - WD08 FOI Declaration - WD09 WDC Financial Vetting Questionnaire - WD15 Police Scotland Checks - Declaration Page - Health & Safety documents - Insurance documents - Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland, bidders will be required to confirm acceptance to sharing the company director's details at preferred bidder status. Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Tenderers received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council's Standing Orders Relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council Technical Envelope: Within this section Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further. Within this section Tenderers are required to confirm compliance with the Specification/ Scope, failure to comply with these may result in the Tender Submission not being considered further. The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 70% These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. Bidders require to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Q4D.1 Mandatory Pass/Fail Question - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? OR The bidder can demonstrate an equivalent (Please see WDC's Health & Safety questionnaire and upload document(s) requested within) (SC Ref:670824)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647532"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647532"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "2021-51-1",
            "suppliers": [
                {
                    "id": "org-183",
                    "name": "Business Development Advisers Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2021-51-1",
            "awardID": "2021-51-1",
            "status": "active",
            "value": {
                "amount": 128520,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-30T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "455",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "456",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "457",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "458",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "459",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}