Back to tenders & grants page
United Kingdom-Inverness: Business and management consultancy and related services
Receive Tenders like this by email

United Kingdom-Inverness: Business and management consultancy and related services

United Kingdom-Inverness: Business and management consultancy and related services has been closed on 16 Feb 2021. It no longer accepts any bids. For further information, you can contact the Highlands and Islands Enterprise (313)

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Highlands and Islands Enterprise (313)

Industry:

Business Services

Consulting

Education & Training

Status:

Closed

Timeline

Published:

15 Jan 2021

Deadline:

16 Feb 2021

Value:

Not available

Contacts

Phone:

+44 1463230782

+44 1463245245

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:21059-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Highlands and Islands Enterprise
National registration number: 313
Postal address: An Lòchran, 10 Inverness Campus
Town: Inverness
NUTS code: UKM6 Highlands and Islands
Postal code: IV2 5NA
Country: United Kingdom
E-mail: [email protected]
Telephone: +44 1463245245
Internet address(es):
Main address: http://www.hie.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk
I.4)Type of the contracting authority
Regional or local agency/office
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Life Sciences and Technology Pathfinder Accelerator 2021-2024

Reference number: FTS0001
II.1.2)Main CPV code
79400000 Business and management consultancy and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this tender is to identify a suitably qualified and experienced supplier to work with HIE to deliver the Pathfinder Accelerator programme over the period of 2021-2024.

It is expected that these services will be required from April 2021 for a period of 3 years, unless terminated in accordance with the provisions of the contract.

The maximum 3-year budget currently available to deliver this service is between GBP 450 000 and GBP 555 000 (excluding VAT).

II.1.5)Estimated total value
Value excluding VAT: 550 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
80521000 Training programme services
72224000 Project management consultancy services
79411100 Business development consultancy services
II.2.3)Place of performance
NUTS code: UKM6 Highlands and Islands
II.2.4)Description of the procurement:

The Pathfinder Accelerator is a business support programme focused on driving the growth of science, health and technology businesses. Using industry knowledge, the Pathfinder will help business teams to make the right decisions at the critical stages. Pathfinder participants will be recruited from the local business and social enterprise community, HIE’s network of innovative projects, from an active research and development base within the NHS and from academic partners.

This project will enable an agile and sustainable Pathfinder programme to become an established and mainstream contributor to the stimulation of business growth in the Highland Council area.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Cyber security / Weighting: Pass/Fail
Quality criterion - Name: Knowledge and understanding / Weighting: 5 %
Quality criterion - Name: Delivery methodology and programme design and development / Weighting: 15 %
Quality criterion - Name: Delivery methodology — cohort delivery / Weighting: 20 %
Quality criterion - Name: Management and delivery team / Weighting: 20 %
Quality criterion - Name: Management methodology / Weighting: 15 %
Quality criterion - Name: Risks and challenges / Weighting: 5 %
Price - Weighting: 20 %
II.2.6)Estimated value
Value excluding VAT: 555 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

HIE may require the supplier to provide additional services. Any such modification shall be in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

ERDF

II.2.14)Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

4B.5 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:

Professional risk indemnity – minimum GBP 1 million for each and every claim.

Employers (compulsory) liability — minimum GBP 5 million for each and every claim.

See http://www.hse.gov.uk/pubns/hse40.pdf for more information.

Public Liability – minimum GBP 500 000 for each and every claim.

4B.6 (not scored)

HIE as a public body must comply with HMRC IR35 provisions. Therefore, where you are bidding as a personal service company (PSC) or will be using a personal service company to provide services under the framework please identify these PSC (s) in your response to 4B.6.

III.1.3)Technical and professional ability
Minimum level(s) of standards possibly required:

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

The contract will include Key Performance Indicators (KPI's)/Service Levels (SLAs) which can be found within the tender documentation.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/02/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/02/2021
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Where bidders are participating with others (SPD 2A.17) and/or relying on the capacity of other entities in order to meet selection criteria (2C.1) and/or subcontracting (2D.1) they are required to provide information relating to these entities with the relevant supporting SPD documentation being submitted.

2A.3 National Identification Number (not scored) Where relevant, bidders are required to insert details of their Companies House (or equivalent) registration number.

2C.1 and 2D.1 Where relevant, bidders are required to provide information relating to consortia and/or sub-contractors with the relevant supporting SPD documentation being submitted.

3D.12 Bidders should refer to the ‘Conflict of Interest’ section within the scope of requirements.

4B6 HIE as a public body must comply with HMRC IR35 provisions. Where you are bidding as a personal service company (PSC) or will be using a PSC to provide services under the contract please identify these PSC(s) in 4B.6.

Award criteria scoring

Q1 Cyber Security will be evaluated using the criteria as per scope of requirements and tender guidance notes.

The remainder of the award criteria will be marked according to the following:

0 = Unacceptable — Nil or inadequate response which fails to demonstrate an ability to meet the requirement.

1 = Poor — Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 = Acceptable — Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 = Good — Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 = Excellent — Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.

In order to participate, bidders should register, for free, on the Public Contracts Scotland (PCS) website, record their interest in this contract and download and complete all relevant documentation.

Tenders must be submitted via the PCS Postbox and must be received by the published deadline. Late tenders will not be accepted. HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.

PCS also gives suppliers access to an online Q&A facility which allows queries to be submitted (anonymously) and answers published and shared with all potential bidders.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=638052

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are 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.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community benefits will not be evaluated as part of the tender process but bidders are expected to provide a community benefit proposal as part of their tender detailing how, if awarded the contract, these will be addressed. Please refer to the scope of requirements for further details.

(SC Ref:638052)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=638052

VI.4)Procedures for review
VI.4.1)Review body
Official name: Inverness Sheriff Court and Justice of the Peace Court
Postal address: The Inverness Justice Centre, Longman Road
Town: Inverness
Postal code: IV1 1AH
Country: United Kingdom
E-mail: [email protected]
Telephone: +44 1463230782
Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

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.

VI.5)Date of dispatch of this notice:
12/01/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more