Tender

Business Consultancy (Manufacturing & Innovation) - Re-tender

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

26 May 2022 at 00:00

Summary of the contracting process

North Lanarkshire Council is currently seeking bids for a tender titled "Business Consultancy (Manufacturing & Innovation) - Re-tender". This procurement initiative is aimed at providing business consultancy services specifically for manufacturing small and medium-sized enterprises (SMEs) located in North Lanarkshire. The contract, valued at £100,000, is classified under the services category and follows an open procurement method. The tender submission period closes on 13th June 2022, with a bid opening scheduled for the same day. The services are to be delivered from the Civic Centre in Motherwell.

This tender presents significant opportunities for businesses involved in consultancy, particularly those with expertise in manufacturing and innovation support. Companies that can provide strategic guidance, technological solutions, and operational improvements suitable for SMEs are well-placed to compete. The successful contractor will also engage in direct interactions with local SMEs and have the potential to enhance their market presence through the Smart Hub Lanarkshire initiative aimed at fostering innovation in the manufacturing sector.

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 Consultancy (Manufacturing & Innovation) - Re-tender

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: Utilise Smart Hub Lanarkshire as a project base ensuring visibility, engagement with New College Lanarkshire and NMIS delivery staff as well as the local SME market Travel across Lanarkshire and the wider area as appropriate (AMCF project territory is primarily the Greater Glasgow and the Clyde Valley locality, however there are no geographical restrictions on wider SME engagement) Provide a mix of physical and digital delivery methods Provide 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 / alongside the Smart Hub Lanarkshire brand in tandem with project partners Engage with manufacturing SMEs for the purposes of Smart Hub Lanarkshire project objectives and outcomes Participate in marketing, communications, prospecting and relationship building activity as necessary to enable the project's target to be met. Tender Question deadline: 12 noon 1st June 2022 Tender Answer deadline: 12 noon 2nd June 2022 The ERDF is working together with the Scottish Government, as part of the Scottish Programme for Research, Innovation & Technology Eco-System (SPRITE).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000694756
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449519
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

73200000 - Research and development consultancy services

73210000 - Research consultancy services

73220000 - Development consultancy services

79400000 - Business and management consultancy and related 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
26 May 20223 years ago
Submission Deadline
13 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
8 Jul 2022 - 30 Jun 2023 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
blakewayl@northlan.gov.uk
Contact Phone
+44 1698403876

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=MAY449519
    Business Consultancy (Manufacturing & Innovation) - Re-tender - 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.

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-r6ebe6-0000694756-2022-05-26T00:00:00Z",
    "date": "2022-05-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000694756",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-42",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "Blakewayl@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Business Consultancy - Local SME Development",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-43",
            "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-42"
    },
    "tender": {
        "id": "NLC-CPT-22-023",
        "title": "Business Consultancy (Manufacturing & Innovation) - Re-tender",
        "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": "2022-06-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-06-13T12:30:00Z"
        },
        "documents": [
            {
                "id": "MAY449519",
                "documentType": "contractNotice",
                "title": "Business Consultancy (Manufacturing & Innovation) - Re-tender",
                "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=MAY449519",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The appointed contractor will: Utilise Smart Hub Lanarkshire as a project base ensuring visibility, engagement with New College Lanarkshire and NMIS delivery staff as well as the local SME market Travel across Lanarkshire and the wider area as appropriate (AMCF project territory is primarily the Greater Glasgow and the Clyde Valley locality, however there are no geographical restrictions on wider SME engagement) Provide a mix of physical and digital delivery methods Provide 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 / alongside the Smart Hub Lanarkshire brand in tandem with project partners Engage with manufacturing SMEs for the purposes of Smart Hub Lanarkshire project objectives and outcomes Participate in marketing, communications, prospecting and relationship building activity as necessary to enable the project's target to be met. Tender Question deadline: 12 noon 1st June 2022 Tender Answer deadline: 12 noon 2nd June 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": "2022-07-08T00:00:00Z",
                    "endDate": "2023-06-30T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-06-13T12:30:00Z",
            "address": {
                "streetAddress": "Electronically"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please see KPI clauses within ITT."
        },
        "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": "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"
                },
                {
                    "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": 90
            }
        },
        "classification": {
            "id": "79400000",
            "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 21475. 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: See appendix 1 community benefits menu (SC Ref:694756)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000694756"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}