Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Central London Inclusive Growth - Collaborative Business Support Project

  • First published: 19 April 2024
  • Last modified: 19 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045374
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
19 April 2024
Deadline date:
10 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Westminster City Council (WCC) are looking for bidders to provide scale-up support for eligible micro and small businesses with a particular focus on female and disabled owned businesses.

This service will need to be provided in London boroughs such as Westminster City Council (WCC), Camden, Hackney and Tower Hamlets. The successful bidder will be required to deliver the full service requirement across all 4 Boroughs.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

UK

Contact person: Parveen Khan

E-mail: pkhan@westminster.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.capitalesourcing.com

Address of the buyer profile: www.westminster.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.capitalesourcing.com/go/29827165018EF1529680


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.capitalesourcing.com/go/29827165018EF1529680


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Central London Inclusive Growth - Collaborative Business Support Project

Reference number: prj_WCC_23213

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Westminster City Council (WCC) are looking for bidders to provide scale-up support for eligible micro and small businesses with a particular focus on female and disabled owned businesses.

This service will need to be provided in London boroughs such as Westminster City Council (WCC), Camden, Hackney and Tower Hamlets. The successful bidder will be required to deliver the full service requirement across all 4 Boroughs.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79410000

79411100

79900000

II.2.3) Place of performance

NUTS code:

UKI31

UKI32

UKI41

UKI42


Main site or place of performance:

This service will need to be provided in London boroughs such as Westminster City Council (WCC), Camden, Hackney and Tower Hamlets

II.2.4) Description of the procurement

The core objective of this contract is to strengthen local entrepreneurial ecosystems and support businesses at all stages of their development to start, sustain, grow, and innovate, including through local networks.

Bidders must deliver support via a hybrid model, meaning that they will provide a combination of in-person and online coaching and training.

Bidders must provide a comprehensive range of support including, but not limited to:

Bespoke, dedicated 1-1 consultancy support.

Stimulation of peer-to-peer learning

Workshop style training and learning

Networking opportunities

Sharing of best practice

Reading and educational materials

Access to software, portals, and/or IT resources that can provide specific scale-up support.

The Authority intends to award the contract on the basis of the tender that represents the most economically advantageous offer.

The contract is planned to commence 01/07/2024 for a period of 9 months.

Due to the tight time constraints around the external funding requirements, and the Authorities being under risk of losing the funding if not procured in a timely manner, the timeline for this tender opportunity has been reduced to 20 days per Regulation 27(5) of the PCR 2015.

Bidders are encouraged to carefully consider the ITT tender pack before making their submissions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Financial Assessment

Bidders will be required to have a creditsafe score of 50 or more

Bidders will be required to have the following insurances:

Employers Liability £5 million

Public Liability £5 million

Professional Indemnity £2 million

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the Tender pack

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 10/05/2024

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/05/2024

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

This opportunity and all associated procurement documents will be accessible via our e-sourcing portal, kindly visit; www.capitalesourcing.com and search for the following reference: prj_WCC_23213. If you have any questions, please submit these through the e-tendering portal (“the Portal”)

Our e-sourcing portal site is free to register on.

To view details of the Opportunity via the Portal please click the following link and enter your Username and Password:

https://www.capitalesourcing.com/web/login.shtml

Or browse as follows:

- Connect to https://www.capitalesourcing.com

- Enter your Username and Password

- Go to Published Opportunities

- Click on the Project Title to view details

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

18/04/2024

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pkhan@westminster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.