Tender

Management of Inverclyde Council's Citizen's Panel & Associated Research

INVERCLYDE COUNCIL

This public procurement record has 1 release in its history.

Tender

15 Sep 2023 at 00:00

Summary of the contracting process

The Inverclyde Council is currently seeking tenders for the management of its Citizens' Panel & Associated Research. The tender, with ID CP0524/HR, is open for submission until 6th October 2023. The budget allocated for this service is £75,000 GBP. Located in Greenock, UK, the Council aims to procure services through an open procedure. Businesses in the services sector should consider bidding for this opportunity.

This tender by Inverclyde Council presents a chance for companies with experience in citizen engagement and research management to expand their business. The Council emphasises the importance of complying with specific financial and technical criteria detailed in the selection process. Furthermore, businesses with expertise in quality management, health & safety procedures, and a robust supply chain management system are well-suited to compete for this contract.

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

Management of Inverclyde Council's Citizen's Panel & Associated Research

Notice Description

Inverclyde Council is inviting tenders from companies with suitable experience and expertise to support the management of the Council's Citizens' Panel and Associated Research.

Lot Information

Lot 1

Inverclyde Council is inviting tenders from companies that are suitably experienced and which have the expertise to support the management of all elements of our Citizens' Panel and Associated Research requirements in accordance with the Council's Scope of Service. The invitation to tender also includes support for the management of the Council's Employee Surveys.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Renewal: The Council may, at its sole discretion, extend the duration of the Contract for a period of up to two years from the Expiry Date on a year by year basis.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000743718
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488404
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


CPV Codes

73110000 - Research services

Notice Value(s)

Tender Value
£75,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Sep 20232 years ago
Submission Deadline
6 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Contract period of 2 years with possible extension options.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Not specified
Contact Email
procurement@inverclyde.gov.uk
Contact Phone
+44 1475712634

Buyer Location

Locality
GREENOCK
Postcode
PA15 1LX
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

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-r6ebe6-0000743718-2023-09-15T00:00:00Z",
    "date": "2023-09-15T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000743718",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-64",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "https://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.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-39",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "telephone": "+44 01475787073",
                "url": "http://riverclydehomes.org.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Inverclyde Council",
        "id": "org-64"
    },
    "tender": {
        "id": "CP0524/HR",
        "title": "Management of Inverclyde Council's Citizen's Panel & Associated Research",
        "description": "Inverclyde Council is inviting tenders from companies with suitable experience and expertise to support the management of the Council's Citizens' Panel and Associated Research.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 75000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-10-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-10-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP488404",
                "documentType": "contractNotice",
                "title": "Management of Inverclyde Council's Citizen's Panel & Associated Research",
                "description": "Inverclyde Council is inviting tenders from companies with suitable experience and expertise to support the management of the Council's Citizens' Panel and Associated Research.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488404",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Inverclyde Council is inviting tenders from companies that are suitably experienced and which have the expertise to support the management of all elements of our Citizens' Panel and Associated Research requirements in accordance with the Council's Scope of Service. The invitation to tender also includes support for the management of the Council's Employee Surveys.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may, at its sole discretion, extend the duration of the Contract for a period of up to two years from the Expiry Date on a year by year basis."
                }
            }
        ],
        "bidOpening": {
            "date": "2023-10-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 2M GBP Professional Indemnity Insurance = 1M GBP, with loss of data, corrupted data, breach of confidence, misuse of data. Contractor's Cyber Insurance = 500k GBP"
                },
                {
                    "type": "technical",
                    "description": "4C. 1.2 Bidder are required to provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract, which were similar in regards to scope, scale, value and duration. 4C.4 If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "73110000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Contract period of 2 years with possible extension options."
        }
    },
    "language": "EN",
    "description": "It is a requirement of this tender to comply with Inverclyde Councils Conditions of Contract, Special Conditions and Specification. Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate, Workforce Matters Certificate, and Tender Declaration Certificate. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25047. 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: Community Benefits (Social Value) is a key component in maximising social, economic, and environmental benefits. The key principles of including social benefits within contracts are to ensure they are proportionate, deliverable and relevant to that contract. This Contract will set a minimum number of Social Value Points to receive maximum marks during the Social Value Outcomes response evaluation. (SC Ref:743718)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000743718"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}