Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Business Gateway Services in Inverclyde

  • Cyhoeddwyd gyntaf: 24 Mai 2023
  • Wedi'i addasu ddiwethaf: 24 Mai 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03ce45
Cyhoeddwyd gan:
Inverclyde Council
ID Awudurdod:
AA20655
Dyddiad cyhoeddi:
24 Mai 2023
Dyddiad Cau:
21 Mehefin 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The successful delivery of Business Gateway requires a range of general and specialist business support services, so it is expected that the contractor will lead a team that will provide a range of expert services.

The detailed requirements of each of the three core Business Gateway services are set out in the Specification. The successful contractor will comply with them, with a particular focus on maintaining new business registration numbers, including Early Stage Growth and the provision of support to assist with the growth and sustainability of existing businesses within Inverclyde, particularly those businesses on the Growth Advisory Service. The contractor will also be expected to engage in other economic development activities, such as the promotion of community benefits, employability projects and events, and targeted business advice to priority sectors.

The contractor will be expected to keep the CRM system up to date.

The contractor will be expected to participate in local advertising and promotion, which may include talks to local business forums, including the Chamber of Commerce.

The council is striving to provide a convenient service to its clients and is seeking to minimise the possible disruption with the need to travel to seek Business Gateway services. A Business Gateway office will help promote a strong brand presence in the market. It is therefore a requirement that the contractor be based locally within a central area of Inverclyde.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Inverclyde Council

Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

UK

Ffôn: +44 1475712634

E-bost: procurement@inverclyde.gov.uk

NUTS: UKM83

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.inverclyde.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Business Gateway Services in Inverclyde

Cyfeirnod: CP0502/ENV

II.1.2) Prif god CPV

79400000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Inverclyde Council is inviting tenders for the provision of Business Gateway services in the Inverclyde Council area.

The successful contractor must undertake the following three Business Gateway core service areas:

a. Start-up Advisory Service;

b. Growth Advisory Service; and

c. Business Gateway Local Services.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 265 760.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

79400000

79410000

79411100

II.2.3) Man cyflawni

Cod NUTS:

UKM83


Prif safle neu fan cyflawni:

Inverclyde

II.2.4) Disgrifiad o’r caffaeliad

The successful delivery of Business Gateway requires a range of general and specialist business support services, so it is expected that the contractor will lead a team that will provide a range of expert services.

The detailed requirements of each of the three core Business Gateway services are set out in the Specification. The successful contractor will comply with them, with a particular focus on maintaining new business registration numbers, including Early Stage Growth and the provision of support to assist with the growth and sustainability of existing businesses within Inverclyde, particularly those businesses on the Growth Advisory Service. The contractor will also be expected to engage in other economic development activities, such as the promotion of community benefits, employability projects and events, and targeted business advice to priority sectors.

The contractor will be expected to keep the CRM system up to date.

The contractor will be expected to participate in local advertising and promotion, which may include talks to local business forums, including the Chamber of Commerce.

The council is striving to provide a convenient service to its clients and is seeking to minimise the possible disruption with the need to travel to seek Business Gateway services. A Business Gateway office will help promote a strong brand presence in the market. It is therefore a requirement that the contractor be based locally within a central area of Inverclyde.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Achievement of start-up and Early Stage Growth targets / Pwysoliad: 8.00

Maes prawf ansawdd: Achievement of Growth Advisory Service target / Pwysoliad: 8.00

Maes prawf ansawdd: Local events / Pwysoliad: 5.00

Maes prawf ansawdd: Local services: Expertise to support ESG and growth businesses / Pwysoliad: 7.00

Maes prawf ansawdd: Implementation of local and regional strategies / Pwysoliad: 5.00

Maes prawf ansawdd: Social Value Outcomes Menu / Pwysoliad: 3.00

Maes prawf ansawdd: Social Value Supporting Methodology / Pwysoliad: 2.00

Maes prawf ansawdd: Fair Work First / Pwysoliad: 2.00

Price / Pwysoliad:  60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 12

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Contract period for Business Gateway Services in Inverclyde (CP0502/ENV) will be 12 months with an optional 12 month extension period. The extension period will be at the sole discretion of Inverclyde Council and subject to available budget.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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 = 100k GBP


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C.1.2 Bidders should 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.6 Bidders will be required to confirm that they have the following relevant educational and professional qualifications:

Business Advisors to hold Premier Advisor Programme Certificate or The Diploma in Business Advice & Support at SCQF Level 8.

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")


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 21/06/2023

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 19/10/2023

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 21/06/2023

Amser lleol: 12:00

Place:

Tenders will be opened remotely using the PCS-T Opening Committee feature.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

If the services are still required and budget is confirmed then a retender may be undertaken.

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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 and Tender Declaration Certificate.

It will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions of Contract, Specification & Contract Information for Tenderers.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24047. 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 form part of the technical evaluation criteria. 20 Social Value Points would be the Councils expectation for a contract of this value and duration. It will be a contractual requirement that the successful tenderer deliver the Community Benefits offered during the contract period.

(SC Ref:731156)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Greenock Sheriff Court and Justice of the Peace Court

Sheriff Court House,1 Nelson Street,

Greenock

PA15 1TR

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

22/05/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79411100 Gwasanaethau ymgynghori ar ddatblygu busnes Gwasanaethau ymgynghori ar reoli cyffredinol
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@inverclyde.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.