Notice Information
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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000654413
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428258
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
- 31 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2025
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- claire.connell@glasgow.gov.uk, francesca.calder@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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417561
Digital Boost 1-2-1 - Provided Digital 1-2-1 Consultancy Services -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428258
Digital Boost 1-2-1 - Provided Digital 1-2-1 Consultancy Services
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000654413-2021-09-21T00:00:00Z",
"date": "2021-09-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000654413",
"initiationType": "tender",
"parties": [
{
"id": "org-103",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "francesca.calder@glasgow.gov.uk",
"telephone": "+44 1412875676",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "10",
"description": "Social protection",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-6",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"telephone": "+44 01414298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-59",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "claire.connell@glasgow.gov.uk",
"telephone": "+44 1412875676",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-60",
"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"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-58",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow"
},
"contactPoint": {
"telephone": "+44 01414298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-59"
},
"tender": {
"id": "GCC005266CPU",
"title": "Digital Boost 1-2-1",
"description": "Provided Digital 1-2-1 Consultancy Services",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79400000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-07-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-07-09T12:00:00Z"
},
"documents": [
{
"id": "JUN417561",
"documentType": "contractNotice",
"title": "Digital Boost 1-2-1",
"description": "Provided Digital 1-2-1 Consultancy Services",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417561",
"format": "text/html"
},
{
"id": "SEP428258",
"documentType": "awardNotice",
"title": "Digital Boost 1-2-1",
"description": "Provided Digital 1-2-1 Consultancy Services",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428258",
"format": "text/html"
}
],
"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.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "35"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a period of 12 months"
}
}
],
"bidOpening": {
"date": "2021-07-09T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Non Applicable"
},
{
"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."
},
{
"type": "technical",
"description": "Non Applicable"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "79410000",
"scheme": "CPV"
},
"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.",
"hasRecurrence": true,
"recurrence": {
"description": "March 2025"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"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)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000654413"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000654413"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC005266CPU",
"suppliers": [
{
"id": "org-60",
"name": "Targeting Innovation Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC005266CPU",
"awardID": "GCC005266CPU",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2021-08-31T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-012801"
}
],
"bids": {
"statistics": [
{
"id": "116",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "117",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "118",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "119",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "120",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}