Notice Information
Notice Title
Business Consultancy (Manufacturing & Innovation)
Notice Description
North Lanarkshire Council wishes to establish a contract for the provision of business consultancy services to help manufacturing SMEs in the region to innovate, automate and grow. The support will be delivered under the Smart Hub Lanarkshire brand. The successful contractor will work with a recently created innovation asset and associated resource to help contribute to the project's key objectives and goals.
Lot Information
Lot 1
The appointed contractor will plan, market, deliver and report on a mixture of support activities designed to help manufacturing SMEs to automate and innovate. This includes in an event, workshop and 121 capacity. A key goal will be to engage with manufacturing SMEs with ambition and plans to advance into new areas of project and company development. This may include technological advancement, the introduction of new products, processes or services, operating efficiencies, access to new markets, as well as the development of people and skills. The contractor will require to have established links with academia, NMIS and the wider industry and enterprise network, to co-ordinate impactful and engaging sector focused learning sessions and facilitate introductions. Connecting manufacturing SMEs to agencies and partners that can stimulate and support new thinking, collaboration, improved operating practices and the creation / commercialisation of IP is a priority. Project Delivery the selected contractor will: Operate from Smart Hub Lanarkshire as a project base ensuring visibility, engagement with New College Lanarkshire and NMIS delivery staff and SMEs Travel across the Lanarkshire and the wider area as appropriate (AMCF project territory is primarily the Greater Glasgow and the Clyde Valley locality, though there are no geographical restrictions on wider engagement) Provide a mix of digital and physical delivery methods (121 manufacturing SME engagement) Provide all necessary IT, Telecom, Comms hardware and software necessary to deliver the specified contract activity Record, report and track all manufacturing SME engagements with monthly KPI tracking and reporting requirements Operate under the Smart Hub Lanarkshire brand in tandem with project partners Engage with manufacturing SMEs solely for the purposes of Smart Hub Lanarkshire project objectives and outcomes Undertake necessary marketing, communications, prospecting and relationship building activity as necessary to enable project targets to be met At the end of the contract period, supply a database of all manufacturing SMEs engaged with through the contract duration including individual key contacts and email addresses for each SME. There are nine project targets that the appointed contractor will work towards over the Feb 2022 to March 2023 timeframe. As part of this procurement process, bidders will commit projected targets and an associated pricing formula, achievable in line with the AMCF programme completion deadline. The targets themselves are detailed within section 2.7.3 of the ITT.. Tender Question deadline: 12:00 21st January 2022 Tender Answer deadline: 12:00 24th January 2022 The ERDF is working together with the Scottish Government, as part of the Scottish Programme for Research, Innovation & Technology Eco-System (SPRITE).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000679582
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437728
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
73000000 - Research and development services and related consultancy services
73200000 - Research and development consultancy services
73210000 - Research consultancy services
73220000 - Development consultancy services
79411100 - Business development consultancy services
79415000 - Production management consultancy services
Notice Value(s)
- Tender Value
- £100,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jan 20224 years ago
- Submission Deadline
- 28 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 21 Feb 2022 - 31 Mar 2023 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- John Cameron
- Contact Email
- contractstrategy@northlan.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437728
Business Consultancy (Manufacturing & Innovation) - North Lanarkshire Council wishes to establish a contract for the provision of business consultancy services to help manufacturing SMEs in the region to innovate, automate and grow. The support will be delivered under the Smart Hub Lanarkshire brand. The successful contractor will work with a recently created innovation asset and associated resource to help contribute to the project's key objectives and goals.
Notice URLs
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-r6ebe6-0000679582-2022-01-14T00:00:00Z",
"date": "2022-01-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000679582",
"initiationType": "tender",
"parties": [
{
"id": "org-45",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "John Cameron",
"email": "contractstrategy@northlan.gov.uk",
"url": "http://publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Business Consultancy - Local SME Development",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-137",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamilton@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-45"
},
"tender": {
"id": "NLC-CPT-21-118",
"title": "Business Consultancy (Manufacturing & Innovation)",
"description": "North Lanarkshire Council wishes to establish a contract for the provision of business consultancy services to help manufacturing SMEs in the region to innovate, automate and grow. The support will be delivered under the Smart Hub Lanarkshire brand. The successful contractor will work with a recently created innovation asset and associated resource to help contribute to the project's key objectives and goals.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79415000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "73220000",
"scheme": "CPV"
},
{
"id": "73200000",
"scheme": "CPV"
},
{
"id": "73210000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "North Lanarkshire"
},
"deliveryAddresses": [
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-01-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-01-28T12:00:00Z"
},
"documents": [
{
"id": "JAN437728",
"documentType": "contractNotice",
"title": "Business Consultancy (Manufacturing & Innovation)",
"description": "North Lanarkshire Council wishes to establish a contract for the provision of business consultancy services to help manufacturing SMEs in the region to innovate, automate and grow. The support will be delivered under the Smart Hub Lanarkshire brand. The successful contractor will work with a recently created innovation asset and associated resource to help contribute to the project's key objectives and goals.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437728",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The appointed contractor will plan, market, deliver and report on a mixture of support activities designed to help manufacturing SMEs to automate and innovate. This includes in an event, workshop and 121 capacity. A key goal will be to engage with manufacturing SMEs with ambition and plans to advance into new areas of project and company development. This may include technological advancement, the introduction of new products, processes or services, operating efficiencies, access to new markets, as well as the development of people and skills. The contractor will require to have established links with academia, NMIS and the wider industry and enterprise network, to co-ordinate impactful and engaging sector focused learning sessions and facilitate introductions. Connecting manufacturing SMEs to agencies and partners that can stimulate and support new thinking, collaboration, improved operating practices and the creation / commercialisation of IP is a priority. Project Delivery the selected contractor will: Operate from Smart Hub Lanarkshire as a project base ensuring visibility, engagement with New College Lanarkshire and NMIS delivery staff and SMEs Travel across the Lanarkshire and the wider area as appropriate (AMCF project territory is primarily the Greater Glasgow and the Clyde Valley locality, though there are no geographical restrictions on wider engagement) Provide a mix of digital and physical delivery methods (121 manufacturing SME engagement) Provide all necessary IT, Telecom, Comms hardware and software necessary to deliver the specified contract activity Record, report and track all manufacturing SME engagements with monthly KPI tracking and reporting requirements Operate under the Smart Hub Lanarkshire brand in tandem with project partners Engage with manufacturing SMEs solely for the purposes of Smart Hub Lanarkshire project objectives and outcomes Undertake necessary marketing, communications, prospecting and relationship building activity as necessary to enable project targets to be met At the end of the contract period, supply a database of all manufacturing SMEs engaged with through the contract duration including individual key contacts and email addresses for each SME. There are nine project targets that the appointed contractor will work towards over the Feb 2022 to March 2023 timeframe. As part of this procurement process, bidders will commit projected targets and an associated pricing formula, achievable in line with the AMCF programme completion deadline. The targets themselves are detailed within section 2.7.3 of the ITT.. Tender Question deadline: 12:00 21st January 2022 Tender Answer deadline: 12:00 24th January 2022 The ERDF is working together with the Scottish Government, as part of the Scottish Programme for Research, Innovation & Technology Eco-System (SPRITE).",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2022-02-21T00:00:00Z",
"endDate": "2023-03-31T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2022-01-28T12:00:00Z",
"address": {
"streetAddress": "Electronically"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please see ITT document \"targets 2.7.3\"."
},
"coveredBy": [
"GPA"
],
"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": "Bidders must respond to SPD Questions 4B.1.2, 4B.3, 4B.5.1a, 4B.51b and 4B.5.2. The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.",
"minimum": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 90K GBP for the last 3 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.5.1a, 4B.5.1b and 4B.5.2 - 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: Employer's (Compulsory) Liability Insurance = 10M GBP Public Liability Insurance = 5M GBP Professional Indemnity Insurance = 1M GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Bidders must respond to SPD Questions 4C.1.2, 4C.10 and 4D.1. he Bidder response to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel; Bidders must score an average of 60% to pass this question; if the average score is below 60% this will be deemed a failure to meet the Council's minimum standards for Technical and professional Ability. 4D.1;- Bidders must respond to SPD Questions 4D.1. The Bidder response to these questions for Quality Assurance Schemes will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes). Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes. Responses to 4C.10 will not be evaluated. The scoring rationale of the evaluation panel for question 4C.1.2 is: Score - Definition 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides full assurance that the requirements will be met in full in every respect 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirements and provides complete details of how the requirement will be met. 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the requirement and provides almost totally complete details of how the requirement will be met. 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding and provides at least 70% of the required details on how the requirement will be fulfilled. 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the requirement to a satisfactory depth but could have been more detailed 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the requirement but lacks details on how the requirement will be fulfilled in certain areas. 40 - Response is partially relevant but not sufficiently detailed to demonstrate how the requirement will be met. There is a lack of depth of detail or understanding in many areas. 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited detail or explanation to demonstrate an understanding or how the requirement will be met. 20 - Response demonstrates a lack of understanding and little pertinent detail or explanation of an understanding or how the requirement will be met. 10 - Response demonstrates little relevance, understanding or explanation of how the requirement will be met. 0 - Nil or irrelevant response. 4D.1; - Scoring criteria is Pass/Fail - bidders must hold the specified requirements",
"minimum": "4C.1.2 - Bidders will be required to provide an example that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. If the average score is below 50% this will be deemed a failure to meet the Council's minimum standards for Technical and professional Ability. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "73000000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "Late Tenders will not be considered under any circumstances. . The Council will not provide additional notification to any Bidder of the rejection of a late Tender. . For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. . Tenderers are therefore advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. . The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their SPD response. In any case, these must be provided prior to contract award. . . Tenderers must respond to a series of Selection Questions within the PCS-T Qualification Envelope; . Tenderers must download and and complete a range of Award Questions and Statements located within the PCS-T Technical Envelope; . Tenderers must download and complete a Pricing Schedule located within the PCS-T Commercial Envelope. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20468. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Please see appendix 1 and Quality Question 5 for Community Benefits detail specific to this procurement. (SC Ref:679582)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000679582"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}