Notice Information
Notice Title
Glasgow Business Growth Framework - Phase 3
Notice Description
Glasgow City Council (the Council) requires a framework of suppliers to deliver a range of business growth consultancy services to eligible organisations across the city to aide a sustainable growth agenda and improve business start-up and survival rates. As the organisations accessing support via this Framework have different needs, the services provided must be offered flexibly. This includes, but is not limited to, face to face, digitally, by phone and one to one at suitable times and locations. The Framework is made up of 10 Lots as detailed below and aligned to the specialist area of business support to be provided. Please note funding totaling 1.9m GBP is currently confirmed for the first two years of the Framework. This therefore represents the estimated minimum total Framework value. Should funding equal to this initial value be subsequently secured this will be used to deliver years three and four respectively and aligns with the higher maximum value noted in II.1.5 Lot 1- Business Structuring Lot 2 - Business Growth Lot 3 - Leadership, Skills and Resource Lot 4 - Business Financial Management Lot 5 - Design Thinking and Innovation Lot 6 - Sales and Marketing Lot 7 -Internationalisation Lot 8 - Digital Lot 9 - Green Business Support Lot 10 - Business Acceleration
Lot Information
Business Growth
The Business Growth Lot will provide specialist consultancy support to identify areas of improvement processes which help to improve some measure of an organisations success. Specific sub-categories services to be delivered under this Lot include but are not limited to- Strategic Planning Change Management Pitching and Procurement Operations Management Turnaround Mergers and Acquisition
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Business StructuringThe Business Structuring Lot will provide specialist consultancy support to help determine the assignment and coordination of roles, power and responsibilities and define how information flows between the different levels of management within a business. Specific sub-category services to be delivered under this Lot include but are not limited to- Board Development Company Structuring Franchising Business Succession/Acquisition / Management Buy outs/ Employee ownership Company Governance, Business Law / Contracts Ethical Management Intellectual Property
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Leadership, Skills and ResourceThe Leadership, Skills and Resource Lot will provide specialist consultancy support that may involve reviewing existing leadership development processes and preparing a report on their future suitability and/or making recommendations for future actions. This also includes capacity building and comprehensive HR support. Specific sub-category services to be delivered under this Lot include, but are not limited to - Organisational Development and Succession Planning Leadership and Management Accreditation Capacity Building and HR Support Hybrid Working / Remote Leadership Skills
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Business Financial ManagementThe Business Financial Management Lot will provide specialist consultancy support across a range of areas which will help with the efficient and effective management of money / funds in such a manner as to accomplish the objectives of the organisation. Specific sub-categories services to be delivered under this Lot include but are not limited to- Financial Management Financial Readiness Preparing for Investment Alternative Finance Company Valuation / Succession Planning Taxation Cloud Accounting Turnaround Mergers and Acquisition
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Design Thinking and InnovationThe Design Thinking & Innovation Lot will provide specialist consultancy services to help integrate design thinking principles into a range of organisations across different industry sectors and will support the development of organisational processes for introducing new ideas, workflows, methodologies, services and/or products. This should help enable the achievement of goals across the entire organisation, with sights set on accomplishing core business aims and initiatives. Specific sub-categories services to be delivered under this Lot include but are not limited to Problem Solving Development Testing and validation Understanding Innovation (Architectural, Radical, Incremental and Disruptive) Product (Market-driven) Innovation Process (Technology-driven) Innovation: Service (Business Model) Innovation Service Products
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Sales and MarketingExpert consultancy services under the Sales and Marketing Lot will assist businesses with the practical approach to marketing, including writing a marketing plan and establishing a marketing communications plan for integrating traditional and digital communications. It will also offer support with developing a marketing and/ or sales strategy, with pricing and market penetration strategies Specific sub-categories services to be delivered under this Lot include but are not limited to Sales Marketing Strategies Branding
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
InternationalisationThe Internationalisation Lot will provide specialist consultancy support to businesses to access overseas markets, offering an opportunity to increase sales to a much wider customer base. Specific sub-categories services to be delivered under this Lot include but are not limited to- Support for Importing / Exporting/ Taxes and Tariffs Market Analysis and Development Structuring for Internationalisation / international Strategy Visa Sponsorship Licensing
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Digital Development and InnovationThe Digital Development and Innovation Lot will provide specialist consultancy support to businesses to use technology to benefit their internal and/or external operations. Specific sub-categories services to be delivered under this Lot include but are not limited to- Social Media Data Analytics and exploitation Customisation of software or App development Expertise to support the business to exploit technology for business improvement Cyber Security and GDPR
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Green Business SupportThe Green Business Support Lot will offer specialist consultancy services to help businesses improve their practices and environmental performance, whilst simultaneously reducing costs and building long-term resilience to the impacts of climate change. Specific sub-categories services to be delivered under this Lot include but are not limited to- Energy Efficiency and Renewables Circular Economy Climate Resilience and Adaptation Sustainability Active Travel
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Business AccelerationThis Lot will provide support in a different, more targeted, and innovative way for organisations at various stages of growth. These interventions could focus on emerging themes and would target the key and emerging sectors. They could combine traditional teaching methodologies with guidance and mentorship. These programmes could include expert services as outlined in Lots 1-9 Business Growth; Business Structuring; Leadership and Skills; Financial Management; Design Thinking and Innovation; Sales and Marketing; Internationalisation; Digital Development and Innovation and Green Business Support. Learning-by-doing is vital to the process of scaling any venture, and the point of any type of acceleration programme is to accelerate that process. In this way, businesses are able to compress a large amount of learning into a shorter period of time. The Accelerator programmes will deliver specialist consultancy support that is relevant, accessible and practical for ambitious businesses in the city looking to scale up.
Renewal: The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000717235
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN468889
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- 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
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
66170000 - Financial consultancy, financial transaction processing and clearing-house services
66171000 - Financial consultancy services
66519310 - Insurance consultancy services
71314300 - Energy-efficiency consultancy services
72212481 - Sales or marketing software development services
72220000 - Systems and technical consultancy services
72221000 - Business analysis consultancy services
72224000 - Project management consultancy services
72242000 - Design-modelling services
72413000 - World wide web (www) site design services
73000000 - Research and development services and related consultancy services
73220000 - Development consultancy services
79340000 - Advertising and marketing services
79342000 - Marketing services
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79411100 - Business development consultancy services
79412000 - Financial management consultancy services
79413000 - Marketing management consultancy services
79414000 - Human resources management consultancy services
79415200 - Design consultancy services
79418000 - Procurement consultancy services
79421200 - Project-design services other than for construction work
79822500 - Graphic design services
79930000 - Specialty design services
79933000 - Design support services
90713000 - Environmental issues consultancy services
Notice Value(s)
- Tender Value
- £3,800,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Jan 20233 years ago
- Submission Deadline
- 17 Feb 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- The Framework is expected to run for an an initial period of 2 years as funding is confirmed for this period. The council has also retained the option to extend for 2 further periods of 12 months each should further funding become available. Further notices concerning any future procurements should funding become available could therefore be published between 2024 - 2026.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- laura.moffat2@glasgow.gov.uk
- Contact Phone
- +44 1412876410
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=JAN468889
Glasgow Business Growth Framework - Phase 3 - Glasgow City Council (the Council) requires a framework of suppliers to deliver a range of business growth consultancy services to eligible organisations across the city to aide a sustainable growth agenda and improve business start-up and survival rates. As the organisations accessing support via this Framework have different needs, the services provided must be offered flexibly. This includes, but is not limited to, face to face, digitally, by phone and one to one at suitable times and locations. The Framework is made up of 10 Lots as detailed below and aligned to the specialist area of business support to be provided. Please note funding totaling 1.9m GBP is currently confirmed for the first two years of the Framework. This therefore represents the estimated minimum total Framework value. Should funding equal to this initial value be subsequently secured this will be used to deliver years three and four respectively and aligns with the higher maximum value noted in II.1.5 Lot 1- Business Structuring Lot 2 - Business Growth Lot 3 - Leadership, Skills and Resource Lot 4 - Business Financial Management Lot 5 - Design Thinking and Innovation Lot 6 - Sales and Marketing Lot 7 -Internationalisation Lot 8 - Digital Lot 9 - Green Business Support Lot 10 - Business Acceleration
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-r6ebe6-0000717235-2023-01-18T00:00:00Z",
"date": "2023-01-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000717235",
"initiationType": "tender",
"parties": [
{
"id": "org-92",
"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": "laura.moffat2@glasgow.gov.uk",
"telephone": "+44 1412876410",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-37",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-92"
},
"tender": {
"id": "GCC005516CPU",
"title": "Glasgow Business Growth Framework - Phase 3",
"description": "Glasgow City Council (the Council) requires a framework of suppliers to deliver a range of business growth consultancy services to eligible organisations across the city to aide a sustainable growth agenda and improve business start-up and survival rates. As the organisations accessing support via this Framework have different needs, the services provided must be offered flexibly. This includes, but is not limited to, face to face, digitally, by phone and one to one at suitable times and locations. The Framework is made up of 10 Lots as detailed below and aligned to the specialist area of business support to be provided. Please note funding totaling 1.9m GBP is currently confirmed for the first two years of the Framework. This therefore represents the estimated minimum total Framework value. Should funding equal to this initial value be subsequently secured this will be used to deliver years three and four respectively and aligns with the higher maximum value noted in II.1.5 Lot 1- Business Structuring Lot 2 - Business Growth Lot 3 - Leadership, Skills and Resource Lot 4 - Business Financial Management Lot 5 - Design Thinking and Innovation Lot 6 - Sales and Marketing Lot 7 -Internationalisation Lot 8 - Digital Lot 9 - Green Business Support Lot 10 - Business Acceleration",
"status": "active",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "72224000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79418000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "72224000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "66519310",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79414000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "66171000",
"scheme": "CPV"
},
{
"id": "66170000",
"scheme": "CPV"
},
{
"id": "79412000",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "79415200",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "72242000",
"scheme": "CPV"
},
{
"id": "72413000",
"scheme": "CPV"
},
{
"id": "79421200",
"scheme": "CPV"
},
{
"id": "79822500",
"scheme": "CPV"
},
{
"id": "79930000",
"scheme": "CPV"
},
{
"id": "79933000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "79413000",
"scheme": "CPV"
},
{
"id": "72212481",
"scheme": "CPV"
},
{
"id": "79340000",
"scheme": "CPV"
},
{
"id": "79342000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "79412000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "73220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "71314300",
"scheme": "CPV"
},
{
"id": "66171000",
"scheme": "CPV"
},
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "72220000",
"scheme": "CPV"
},
{
"id": "73000000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "90713000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "79411100",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "10"
}
],
"value": {
"amount": 3800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-02-17T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-02-17T12:00:00Z"
},
"documents": [
{
"id": "JAN468889",
"documentType": "contractNotice",
"title": "Glasgow Business Growth Framework - Phase 3",
"description": "Glasgow City Council (the Council) requires a framework of suppliers to deliver a range of business growth consultancy services to eligible organisations across the city to aide a sustainable growth agenda and improve business start-up and survival rates. As the organisations accessing support via this Framework have different needs, the services provided must be offered flexibly. This includes, but is not limited to, face to face, digitally, by phone and one to one at suitable times and locations. The Framework is made up of 10 Lots as detailed below and aligned to the specialist area of business support to be provided. Please note funding totaling 1.9m GBP is currently confirmed for the first two years of the Framework. This therefore represents the estimated minimum total Framework value. Should funding equal to this initial value be subsequently secured this will be used to deliver years three and four respectively and aligns with the higher maximum value noted in II.1.5 Lot 1- Business Structuring Lot 2 - Business Growth Lot 3 - Leadership, Skills and Resource Lot 4 - Business Financial Management Lot 5 - Design Thinking and Innovation Lot 6 - Sales and Marketing Lot 7 -Internationalisation Lot 8 - Digital Lot 9 - Green Business Support Lot 10 - Business Acceleration",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN468889",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Business Growth",
"description": "The Business Growth Lot will provide specialist consultancy support to identify areas of improvement processes which help to improve some measure of an organisations success. Specific sub-categories services to be delivered under this Lot include but are not limited to- Strategic Planning Change Management Pitching and Procurement Operations Management Turnaround Mergers and Acquisition",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "1",
"title": "Business Structuring",
"description": "The Business Structuring Lot will provide specialist consultancy support to help determine the assignment and coordination of roles, power and responsibilities and define how information flows between the different levels of management within a business. Specific sub-category services to be delivered under this Lot include but are not limited to- Board Development Company Structuring Franchising Business Succession/Acquisition / Management Buy outs/ Employee ownership Company Governance, Business Law / Contracts Ethical Management Intellectual Property",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "3",
"title": "Leadership, Skills and Resource",
"description": "The Leadership, Skills and Resource Lot will provide specialist consultancy support that may involve reviewing existing leadership development processes and preparing a report on their future suitability and/or making recommendations for future actions. This also includes capacity building and comprehensive HR support. Specific sub-category services to be delivered under this Lot include, but are not limited to - Organisational Development and Succession Planning Leadership and Management Accreditation Capacity Building and HR Support Hybrid Working / Remote Leadership Skills",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "4",
"title": "Business Financial Management",
"description": "The Business Financial Management Lot will provide specialist consultancy support across a range of areas which will help with the efficient and effective management of money / funds in such a manner as to accomplish the objectives of the organisation. Specific sub-categories services to be delivered under this Lot include but are not limited to- Financial Management Financial Readiness Preparing for Investment Alternative Finance Company Valuation / Succession Planning Taxation Cloud Accounting Turnaround Mergers and Acquisition",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "5",
"title": "Design Thinking and Innovation",
"description": "The Design Thinking & Innovation Lot will provide specialist consultancy services to help integrate design thinking principles into a range of organisations across different industry sectors and will support the development of organisational processes for introducing new ideas, workflows, methodologies, services and/or products. This should help enable the achievement of goals across the entire organisation, with sights set on accomplishing core business aims and initiatives. Specific sub-categories services to be delivered under this Lot include but are not limited to Problem Solving Development Testing and validation Understanding Innovation (Architectural, Radical, Incremental and Disruptive) Product (Market-driven) Innovation Process (Technology-driven) Innovation: Service (Business Model) Innovation Service Products",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "6",
"title": "Sales and Marketing",
"description": "Expert consultancy services under the Sales and Marketing Lot will assist businesses with the practical approach to marketing, including writing a marketing plan and establishing a marketing communications plan for integrating traditional and digital communications. It will also offer support with developing a marketing and/ or sales strategy, with pricing and market penetration strategies Specific sub-categories services to be delivered under this Lot include but are not limited to Sales Marketing Strategies Branding",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "7",
"title": "Internationalisation",
"description": "The Internationalisation Lot will provide specialist consultancy support to businesses to access overseas markets, offering an opportunity to increase sales to a much wider customer base. Specific sub-categories services to be delivered under this Lot include but are not limited to- Support for Importing / Exporting/ Taxes and Tariffs Market Analysis and Development Structuring for Internationalisation / international Strategy Visa Sponsorship Licensing",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "8",
"title": "Digital Development and Innovation",
"description": "The Digital Development and Innovation Lot will provide specialist consultancy support to businesses to use technology to benefit their internal and/or external operations. Specific sub-categories services to be delivered under this Lot include but are not limited to- Social Media Data Analytics and exploitation Customisation of software or App development Expertise to support the business to exploit technology for business improvement Cyber Security and GDPR",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "9",
"title": "Green Business Support",
"description": "The Green Business Support Lot will offer specialist consultancy services to help businesses improve their practices and environmental performance, whilst simultaneously reducing costs and building long-term resilience to the impacts of climate change. Specific sub-categories services to be delivered under this Lot include but are not limited to- Energy Efficiency and Renewables Circular Economy Climate Resilience and Adaptation Sustainability Active Travel",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
},
{
"id": "10",
"title": "Business Acceleration",
"description": "This Lot will provide support in a different, more targeted, and innovative way for organisations at various stages of growth. These interventions could focus on emerging themes and would target the key and emerging sectors. They could combine traditional teaching methodologies with guidance and mentorship. These programmes could include expert services as outlined in Lots 1-9 Business Growth; Business Structuring; Leadership and Skills; Financial Management; Design Thinking and Innovation; Sales and Marketing; Internationalisation; Digital Development and Innovation and Green Business Support. Learning-by-doing is vital to the process of scaling any venture, and the point of any type of acceleration programme is to accelerate that process. In this way, businesses are able to compress a large amount of learning into a shorter period of time. The Accelerator programmes will deliver specialist consultancy support that is relevant, accessible and practical for ambitious businesses in the city looking to scale up.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery and Approach",
"description": "30"
},
{
"type": "price",
"description": "5"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework is funded via a drawn down from the UK Shared Prosperity Fund which is confirmed for 2 years. If funding arrangements are extended, the Framework term will be extended accordingly. The Framework is therefore expected to run for an an initial period of 2 years with the council retaining the option to extend for 2 further periods of 12 months each"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2023-02-17T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please see Document 1 Invitation to Tender, Document 2 - Scope of Services and Document 3 - Terms and Conditions uploaded in the Suppliers Attachment Area of PCS-T for full details."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"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 trading performance, and balance sheet strength Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts accounts with Companies House Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover 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 If a Bidder is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, a full set of accounts will be required in order to verify the above ratios have been complied with. A Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidders 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. Bidders 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. The 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 Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded and their bid not considered further.",
"minimum": "The council's Insurance Requirements are: Employer's Liability Insurance The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of a minimum of TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability Insurance The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of a minimum of FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Professional Indemnity Insurance The organisation shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the council's express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of Invitation to Tender then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained prior to contract award."
},
{
"type": "technical",
"description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in this Contract Notice and as further detailed in the tender documentation Bidders must provide a detailed response to questions 4C1.2 of the Scottish Procurement Document (SPD) noted in the Qualification Envelope of the PCS-T system and as detailed below. Please provide 1 relevant example of specialist consultancy services carried out during the last 3 years as specified in the Contract Notice. Examples from either public or private sector customers/clients may be used The example should highlight all relevant and applicable skills, expertise and capacity to deliver the specialist consultancy and advice services as detailed in the relevant scope of services for the Lot you are applying for. Your example should provide the following details. -Customer name, value of contract and start and end dates -Brief description of the services provided Please also detail any sub-contractors used in the delivery of these services and their role Please refer to Document 1 - Invitation to Tender and Document 2 - Scope of Services within the Attachment area of the portal within PCST for further information This example is worth 100%. A minimum score of 60% out of 100% is required. Any Bidder who fails to achieve the minimum score for this element will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 70
}
},
"classification": {
"id": "79400000",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City 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. 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 86 of The Public Contract (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 Sheriff Court or the Court of Session where as 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 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": "The Framework is expected to run for an an initial period of 2 years as funding is confirmed for this period. The council has also retained the option to extend for 2 further periods of 12 months each should further funding become available. Further notices concerning any future procurements should funding become available could therefore be published between 2024 - 2026."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2022/S 190-000016"
}
],
"description": "The Council are seeking to appoint 5-7 suppliers per Lot. All Lots will be unranked. Bidders may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.Bidders must hold certificates for Quality Assurance & Environmental Management Standards or comply with all questions noted in the SPD Section 4D. Bidders are also required to provide detail of all relevant industry standards, accreditation, affiliations or memberships that they may hold. 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 (NB the council does not binditself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Suppliers shall, as a condition of being awarded the tender, be required to demonstrate to the Council's satisfaction that all funds due to the Supplier's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices renderedby subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful Bidders shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the suppliers attachments area within PCS-T 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 attachments area within the PCS Tender portal referenced Document 3. Additional information pertaining to this framework is contained in the ITT Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23169. For more information see https://www.publictendersscotland.publiccontractsscotland.gov.uk The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23169. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Delivery of community benefits is mandatory but is only subject to commencement once a supplier has reached a set threshold of awarded days. These days are cumulative and will be calculated across all Lots a supplier is appointed to. This initial threshold is 10 days. Once this has been met - the below thresholds and community benefit delivery requirements apply; For each day of work awarded beyond the 10-day threshold, suppliers will be required to deliver 1 hour of Business Mentoring support. For each day of work awarded beyond 70 days, suppliers will be required to deliver 1.5 hours of Business Mentoring support For each day of work awarded beyond 140 days, suppliers will be required to deliver 2 hours of Business Mentoring support. Please refer to the tender documentation for further information. (SC Ref:717235)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000717235"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}