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

Business Gateway Argyll and Bute - One to Many and One to One Specialist Support Framework Agreement – 2023 – 2025-7

  • First published: 10 February 2023
  • Last modified: 10 February 2023

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-03865a
Published by:
Argyll and Bute Council
Authority ID:
AA21340
Publication date:
10 February 2023
Deadline date:
13 March 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 - Marketing – developing a marketing plan, competitor and market analysis, customer profiling and segmentation, develeoping the marketing mix, reviewing and improving current marketing activity, branding and brand development, implementing offline marketing activity, choosing and briefing marketing contractors.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Argyll and Bute Council

Kilmory

Lochgilphead

PA31 8RT

UK

Contact person: Christine Todd

Telephone: +44 1546604239

E-mail: christine.todd@argyll-bute.gov.uk

NUTS: UKM

Internet address(es)

Main address: http://www.argyll-bute.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

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 sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publiccontractsscotland.gov.uk


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

Business Gateway Argyll and Bute - One to Many and One to One Specialist Support Framework Agreement – 2023 – 2025-7

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council requires to establish a framework contract for the provision of specialist support to SMEs, across a variety of subjects and in a variety of ways.

Subject areas include: Marketing, PR, Digital (including DigitalBoost), Finance and Funding, Business Strategy - Growth & Resilience, HR, Internationalisation, Procurement & Supplier Management and an Intensive Growth Programme.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Marketing

II.2.2) Additional CPV code(s)

79342000

79413000

79000000

79340000

79400000

79411100

79900000

79996000

80510000

80522000

80532000

80000000

80500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 1 - Marketing – developing a marketing plan, competitor and market analysis, customer profiling and segmentation, develeoping the marketing mix, reviewing and improving current marketing activity, branding and brand development, implementing offline marketing activity, choosing and briefing marketing contractors.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 2

II.2.1) Title

PR

II.2.2) Additional CPV code(s)

79416000

79416100

79416200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 2 - PR – planning and delivering PR, storytelling and practical techniques for writing content (marketing literature, press releases, blogging), managing negative PR, reviewing and improving current PR activity choosing and briefing PR contractors.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 3

II.2.1) Title

Digital (including DigitalBoost)

II.2.2) Additional CPV code(s)

72222300

72223000

79900000

79996000

80510000

80522000

80532000

92312212

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 3 - Digital (including DigitalBoost) – content management tools, website building, development and review, using social media for business, online trading. Planning digital marketing, social media platforms, improving website performance, SEO, digital and video content creation, app development and usage, new technologies. IT connectivity, cyber security, infrastructure and communication equipment, choosing and briefing contractors.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 4

II.2.1) Title

Finance and Funding

II.2.2) Additional CPV code(s)

80522000

80532000

79400000

79411100

79900000

79996000

80510000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 4 - Finance and Funding – understanding book-keeping requirements and management accounts, financial analysis, mergers and acquisitions, financial business planning. Funding support - identifying the funding needed, different types of funding (traditional lending, public sector, venture capital, new funding models such as crowdfunding), supporting the preparation of a proposal/application. Tax obligations for SMEs, including self-assessment. Profit analysis, debt and winding up procedures.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 5

II.2.1) Title

HR

II.2.2) Additional CPV code(s)

79414000

80000000

80500000

80510000

80532000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 5 - HR – becoming an employer, managing staff, legislation, leadership, managing change, performance management, redundancy.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 6

II.2.1) Title

Business Strategy - Growth & Resilience

II.2.2) Additional CPV code(s)

72221000

79000000

79400000

79410000

79411100

79900000

79996000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 6 - Business Strategy – Growth & Resilience – setting objectives and organisational goals, evaluating current performance, identifying and assessing opportunities, defining priorities, creating action plans to achieve growth and resiience and identifying the resources required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 7

II.2.1) Title

Internationalisation

II.2.2) Additional CPV code(s)

72221000

79000000

79400000

79410000

79411100

79900000

79990000

79996000

80500000

80510000

80532000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 7 - Internationalisation – preparing for export, choosing markets, identifying opportunities, international sales online, finding agents, distributors and suppliers, legislative requirements, importing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 8

II.2.1) Title

Tendering and Supply Chain

II.2.2) Additional CPV code(s)

79000000

79400000

79410000

79411100

79900000

79990000

79996000

80500000

80510000

80532000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 8 - Tendering and Supply Chain – understanding and preparing for the tender process (private & public sector), creating tender documents, analysis of tender feedback and improving bids, managing supply chains, expenditure analysis, sourcing suppliers, contracts and agreements, added value and community benefits.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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

Lot No: 9

II.2.1) Title

Intensive Growth Programme

II.2.2) Additional CPV code(s)

72221000

79000000

79400000

79410000

79411100

79900000

79990000

79996000

80500000

80510000

80532000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Argyll and Bute

II.2.4) Description of the procurement

Lot 9 - Intensive Growth and Resilience Programme – to help business owners achieve a step change in their approach through a short, structured, intensive programme of support. It should be aimed at businesses looking to increase their ability to cope with a changing business environment, including rising costs, and identify the right opportunities to develop to grow the business.

The programme should combine using a range of tools and techniques with expert support, and be tailored to participants, facilitating them to create a practical and deliverable approach to driving growth and sustainability in their business.

The programme should include the following key stages: exploration of current performance and evaluation of opportunities, identification of development priorities for selected opportunities, scoping requirement, confirming strategy and identification of further support for development

By the end of the programme participants should have defined the capabilities, capacity and resources needed to develop opportunities and build resilience, and be clear on their next steps to deliver. This will be supported by a 3-month review of progress and ongoing Business Gateway adviser support.

Where a requirement for additional expert advice of more than half a day on a topic covered by this framework is identified during the Intensive Growth Programme, a referral should be made via Business Gateway to the appointed supplier on the framework for that topic.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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: Yes

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.1.2) 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.2.3) 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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 9

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-032731

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/03/2023

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 13/03/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Contract will be subject to extensions in 2025-26 and renewal in 2027.

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=721906.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

The supplier must provide the following relevant Community Benefit information within 7 days of any request by the Council:

Community Benefit Requirements Non Evaluated community benefit information which are being provided to include the nature of the community benefit, the relevant response to the technical/quality question together with any relevant information on delivery or related timetable.

Delivery of community benefits will be monitored as agreed between the Council and the Supplier. The Council will seek evidence of delivery by an agreed method to allow the Council to report of those wider social and economic benefits.

Failure by the Supplier to deliver the outputs agreed may result in the Council imposing a penalty equivalent to the value of the Community Benefits that should have been delivered. This shall be invoiced to the successful supplier quarterly from the date of commencement and then every quarter until the end of the contract duration.

(SC Ref:721906)

VI.4) Procedures for review

VI.4.1) Review body

Oban Sheriff Court

Oban

UK

VI.5) Date of dispatch of this notice

09/02/2023

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
72221000 Business analysis consultancy services Systems and technical consultancy services
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
79996000 Business organisation services Miscellaneous business-related services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
80000000 Education and training services Education
79414000 Human resources management consultancy services Business and management consultancy services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
80532000 Management training services Vocational training services
79413000 Marketing management consultancy services Business and management consultancy services
79342000 Marketing services Advertising and marketing services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
79416200 Public relations consultancy services Public relations services
79416100 Public relations management services Public relations services
79416000 Public relations services Business and management consultancy services
92312212 Services related to the preparation of training manuals Artistic services
80510000 Specialist training services Training services
80522000 Training seminars Training facilities
80500000 Training services Education and training services

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:
christine.todd@argyll-bute.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.