← Back to opportunities

Business Gateway Services in Inverclyde

Inverclyde Council

Buyer Contact Info

Buyer Name: Inverclyde Council

Buyer Address: Procurement, Municipal Buildings, Clyde Square, Greenock, UKM83, PA15 1LX, United Kingdom

Contact Email: procurement@Inverclyde.gov.uk

Contact Telephone: +44 1475712634

Status
active
Procedure
open
Value
n/a
Published
13 May 2025, 12:48
Deadline
13 Jun 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79400000 - Business and management consultancy and related services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: 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. 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.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Contract Start: 2025-09-16T00:00:00+01:00

Lot 1 Contract End: 2027-03-31T23:59:59+01:00

Lot 1 Award Criterion (quality): Achievement of start-up and Early Stage Growth targets

Lot 1 Award Criterion (quality): Achievement of Growth Advisory Service target

Lot 1 Award Criterion (quality): Local events

Lot 1 Award Criterion (quality): Local services: Expertise to support ESG and growth businesses

Lot 1 Award Criterion (quality): Implementation of local and regional strategies

Lot 1 Award Criterion (quality): Social Value Outcomes Menu

Lot 1 Award Criterion (quality): Social Value Supporting Methodology

Lot 1 Award Criterion (quality): Fair Work First

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-52718",
    "name": "Inverclyde Council"
  },
  "date": "2025-05-13T13:48:17+01:00",
  "description": "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.\nIt will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions of Contract, Specification \u0026 Contract Information for Tenderers.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29047. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity 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.\n(SC Ref:796470)",
  "id": "020846-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796470",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-051203",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Greenock",
        "postalCode": "PA15 1LX",
        "region": "UKM83",
        "streetAddress": "Procurement, Municipal Buildings, Clyde Square"
      },
      "contactPoint": {
        "email": "procurement@Inverclyde.gov.uk",
        "telephone": "+44 1475712634",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.inverclyde.gov.uk"
      },
      "id": "GB-FTS-52718",
      "identifier": {
        "legalName": "Inverclyde Council"
      },
      "name": "Inverclyde Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Greenock",
        "postalCode": "PA15 1TR",
        "streetAddress": "Sheriff Court House,1 Nelson Street,"
      },
      "id": "GB-FTS-36693",
      "identifier": {
        "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
      },
      "name": "Greenock Sheriff Court and Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-06-13T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-06-13T12:00:00+01:00"
    },
    "classification": {
      "description": "Business and management consultancy and related services",
      "id": "79400000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Inverclyde Council is inviting tenders for the provision of Business Gateway services in the Inverclyde Council area.\nThe successful contractor must undertake the following three Business Gateway core service areas:\na. Start-up Advisory Service;\nb. Growth Advisory Service; and\nc. Business Gateway Local Services.",
    "hasRecurrence": true,
    "id": "CPO592/REG",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Business and management consultancy and related services",
            "id": "79400000",
            "scheme": "CPV"
          },
          {
            "description": "Business and management consultancy services",
            "id": "79410000",
            "scheme": "CPV"
          },
          {
            "description": "Business development consultancy services",
            "id": "79411100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM83"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "8",
              "name": "Achievement of start-up and Early Stage Growth targets",
              "type": "quality"
            },
            {
              "description": "8",
              "name": "Achievement of Growth Advisory Service target",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Local events",
              "type": "quality"
            },
            {
              "description": "7",
              "name": "Local services: Expertise to support ESG and growth businesses",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Implementation of local and regional strategies",
              "type": "quality"
            },
            {
              "description": "3",
              "name": "Social Value Outcomes Menu",
              "type": "quality"
            },
            {
              "description": "2",
              "name": "Social Value Supporting Methodology",
              "type": "quality"
            },
            {
              "description": "2",
              "name": "Fair Work First",
              "type": "quality"
            },
            {
              "description": "60%",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-03-31T23:59:59+01:00",
          "startDate": "2025-09-16T00:00:00+01:00"
        },
        "description": "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.\nThe 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.\nThe contractor will be expected to keep the CRM system up to date.\nThe contractor will be expected to participate in local advertising and promotion, which may include talks to local business forums, including the Chamber of Commerce.\nThe 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. 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.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The contract will have an option to extend from 1st April 2027 until 31st March 2028"
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "If the services are still required and budget is confirmed then a retender may be undertaken"
    },
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "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:\n(a) Where the tenderers Dun \u0026 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).\nOR\n(b) Where the tenderers Dun \u0026 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).\nPLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:\nAPPLICANTS 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\u2019S 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\u0026B FINANCIAL CHECK.\nYou must provide your average yearly turnover for the last 2 years.\nTurnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.\nIf 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.\nIf 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.",
          "minimum": "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:\nEmployer\u0027s (Compulsory) Liability Insurance = 5M GBP\nPublic Liability Insurance = 5M GBP\nProfessional Indemnity Insurance = 2M GBP",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "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.\n4C.6 Bidders will be required to confirm that they have the following relevant educational and professional qualifications:\nBusiness Advisors to hold Premier Advisor Programme Certificate or The Diploma in Business Advice \u0026 Support at SCQF Level 8.\n4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.\n4D.1 QUALITY MANAGEMENT PROCEDURES\nThe bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),\nOR\nThe bidder must have the following:\na. 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.\n4D.1 HEALTH \u0026 SAFETY\nThe 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\")",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-06-13T12:00:00+01:00"
    },
    "title": "Business Gateway Services in Inverclyde"
  }
}