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

Framework Agreement for Business Support Consultancy Services

  • First published: 15 November 2023
  • Last modified: 15 November 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-0419cd
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
15 November 2023
Deadline date:
14 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Financial Management: support is required to enable businesses to develop and refine financial management skills, such as an understanding of financial statements and cash-flow as well as the application of sales, pricing, costing, interest and borrowings, taxation, investment and performance measurements.

Financial Readiness: business support will be required to allow interrogation of their forecasting methodologies and assessing their fitness for purpose in terms of their effectiveness in predicting future performance.

Preparing for Investment: information and support to prepare businesses for investment as an attractive proposition for potential investors and loan funders.

Alternative Finance: information and support around the main forms of alternative business funding for SMEs, including short to long-term loans/debt/equity, asset finance, invoice financing, advice around self-investment and exploring available grant assistance.

Taxation: providing support to businesses across any taxation issues that they may have during their business cycle.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: raymondhamilton@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.north-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.3) Communication

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

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

Framework Agreement for Business Support Consultancy Services

Reference number: NAC/5161

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council (NAC) is seeking to implement a framework agreement for the provision of Business Support Consultancy Services as detailed in this Invitation to Tender. The Council currently has a contract in place for this requirement, which is due to expire on 9th February 2024, therefore the requirement is being re-tendered.

II.1.5) Estimated total value

Value excluding VAT: 400 000.00  GBP

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

Lot 1 - Financial Management / Analysis

II.2.2) Additional CPV code(s)

66170000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Financial Management: support is required to enable businesses to develop and refine financial management skills, such as an understanding of financial statements and cash-flow as well as the application of sales, pricing, costing, interest and borrowings, taxation, investment and performance measurements.

Financial Readiness: business support will be required to allow interrogation of their forecasting methodologies and assessing their fitness for purpose in terms of their effectiveness in predicting future performance.

Preparing for Investment: information and support to prepare businesses for investment as an attractive proposition for potential investors and loan funders.

Alternative Finance: information and support around the main forms of alternative business funding for SMEs, including short to long-term loans/debt/equity, asset finance, invoice financing, advice around self-investment and exploring available grant assistance.

Taxation: providing support to businesses across any taxation issues that they may have during their business cycle.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 2

II.2.1) Title

Lot 2 - Business Strategy & Business Development Support

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Strategic Planning: this may involve support relating to challenging existing approaches, developing new strategies and performance measurement.

Business Growth / Productivity: growth / productivity gains can be achieved by either boosting the top line or revenue of the business with greater product sales or service income, or by increasing the bottom line or profitability of the operation by minimising costs – beneficial to help businesses explore both options.

Organisational Management: assisting with the organisational management activity that is used to set priorities, focus energy and resources, strengthen operations, ensure that employees and other stakeholders are working toward common goals, and establish agreement around intended outcomes/results.

Business Development: analysing current client base, identifying a potential sales pipeline, qualifying lead opportunities, producing a value proposition and clearly demonstrating a USP for the business.

Change Management: intervention to help a business move through the growth life-cycle, ensuring due consideration is made to the impact of change on the business, and its people, because of growth.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 3

II.2.1) Title

Lot 3 - Marketing and Branding Support

II.2.2) Additional CPV code(s)

79413000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Market Analysis capability – including market research and surveys.

Developing Marketing Strategies (incorporating traditional offline areas of the marketing mix, such as advertising, print, PR)

General Digital Marketing (including knowledge of websites, SEO, analytics and ecommerce and social media platforms

Target market and customer development (including developing customer personas, user journeys etc)

Branding (including working with clients to create a brief, business values, band positioning, mission statement and USPs; and conducting brand audits)

Content creation (both online and offline materials, including copywriting, tone of voice, blogs, podcasts, image creation etc)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 4

II.2.1) Title

Lot 4 - Digital and Social Media Support

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Social Media principles and knowledge of all current tools and platforms

Search Engine Optimisation Best Practice

Developing Digital Marketing Strategies

Cyber Security Principles

Artificial Intelligence Tools & Tactics for Digital Marketing

Google Analytics 4 and other data analytics tools

Web Design & Development tools and Content Management Systems (e.g., WordPress, WIX, Squarespace, Shopify)

Ecommerce and off the shelf platforms and marketplaces (e.g., Ebay, Amazon and Etsy)

Mobile web development (including mobile apps)

Email marketing

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 5

II.2.1) Title

Lot 5 - Digital Transformation & IT

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Examples of topics that are offered under Information and Digital Technology are:

Improvements in efficiency and productivity through Digital Capabilities, including automation and artificial intelligence

IT systems and process advice

Support to increase productivity with digital technology, including epos systems, cloud accountancy and other cloud-based software.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 6

II.2.1) Title

Lot 6 - Procurement & Tender Support

II.2.2) Additional CPV code(s)

79418000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Review Current Tender Library: reviewing existing tender documentation and suggest best practice amendments. Support on how to identify key future contract opportunities, ensuring Public Contracts Scotland profile is up to date, how to complete an SPD, deciding on what opportunities to bid/tender for and improving business visibility within the public sector.

General Procurement Support: evaluate past tendering performance and providing feedback on improvements, interpreting tender feedback and incorporating this into future bids.

Live Tenders: advice and support on how to complete live opportunities, SPDs and Quick Quotes, helping businesses decide if they should bid, registering on other procurement portals and producing best tender documents possible.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 7

II.2.1) Title

Lot 7 - HR Support

II.2.2) Additional CPV code(s)

79414000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

HR Policy: reviewing existing HR processes and policies, ensure they are fit for purpose and cover mandatory legal obligations.

Employee Engagement: enable implementation of appraisals, how to broker and manage tough discussions, developing clear roles and responsibilities for all staff and development and of employee handbooks.

Performance Management: improving individual employee performance and linking this to employee roles and responsibilities and contractual obligations, workforce relationship building and employee consultation projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 8

II.2.1) Title

Lot 8 - Family Business and Succession Planning Support

II.2.2) Additional CPV code(s)

85312330

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Family Business Support

Governance & Structure: creating the correct structures and practices needed to achieve best practice in governance of a family business, how to view the business as a family and as a business, development of a shared purpose, defining employee and family roles.

Succession Planning succession planning, conflict resolution, next generation career and skills development, developing family communications and planning an elegant exit.

Succession Planning Support

Existing Business Position: formulating exit strategies, preparing business for sale, business continuity and safe-guarding people and assets.

Business Structure: provide support to help determine the assignment and coordination of roles, power and responsibilities within a business. Define how information flows between the different levels of management.

Board Development: value and creation of a board, or recruitment of a non-executive director. Review composition and effectiveness at both an individual and group level.

Business Continuity: how to deal with disruptions to supply chains, reputation, loss of premises or loss of technology.

Risk Management: enable businesses to make well-informed decisions and to identify and protect the most critical aspects of their operations. Mitigating or reducing risks to an acceptable level can create more agile businesses.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 9

II.2.1) Title

Lot 9 - Energy efficiency and EPC Services

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the provision of the following:

Ad-hoc Energy Efficiency Audit Reporting services

EPC Rating services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 10

II.2.1) Title

Lot 10 - Carbon Accounting and Carbon Reduction Strategy

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Carbon Auditing/Accounting

Net Zero Route Mapping

Carbon Reduction Strategies

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 11

II.2.1) Title

Lot 11 - Workplace Development & Training Support

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Skills Mapping of Business/Employees: reviewing existing skills and talent within a business, leadership development, review of business culture, internal project management, capacity building, people development and productivity improvements.

Leadership and Management: as the business grows, so does the need for strong leadership and guidance. Support to equip owners and entrepreneurs with the skills required to develop and achieve key business aspirations.

Productivity: plans and processes to improve productivity, identifying CIPD opportunities, implementing new ideas and structures.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 12

II.2.1) Title

Lot 12 - ISO/Quality Management Consultancy & Training

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Support and advice for North Ayrshire businesses with a desire to achieve ISO/Quality Management accreditation. This will involve supporting businesses/organisations with the development, documentation and implementation of quality management systems where needed, prior to application for ISO/Quality Management accreditation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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

Lot No: 13

II.2.1) Title

Lot 13 - Exporting and International Strategy

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Services for this Lot should include, but not be limited to, the following:

Support businesses to access overseas markets, supporting the opportunity to reach a wider customer base and increase sales.

Support for Exporting, including documentation.

Market Analysis, Strategy and Development.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

Option to extend for up to an additional 24 months.

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:

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to have a minimum yearly “specific” turnover as follows for the last 3 years in the business area covered by the contract:

Turnover is set per lot and therefore you must meet the minimum figures below for the lot you are tendering for:

Lot 1 - 5,000.00

Lot 2 - 5,000.00

Lot 3 - 7,500.00

Lot 4 - 2,500.00

Lot 5 - 3,750.00

Lot 6 - 5,000.00

Lot 7 - 5,000.00

Lot 8 - 3,750.00

Lot 9 - 2,500.00

Lot 10 - 2,500.00

Lot 11 - 2,500.00

Lot 12 - 2,500.00

Lot 13 - 2,500.00

ALL FIGURES ABOVE ARE GBP

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading and provided projections for the next three years.

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:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 1,000,000 GBP in respect of any one event

Third-Party Motor Vehicle Insurance

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope TO THE LOT WHICH YOU ARE APPLYING FOR. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Please Note – If you are bidding for more than one lot you are required to submit 2 x experience examples with accompanying references for each lot due to the differences in lot specifications.

Bidders are required to confirm the supplier supplier's staff have the following relevant educational and professional qualifications:

Lot 3 - Marketing and Branding Support - Qualified to Chartered Institute of Marketing (CIM) or equivalent standards.

Lot 9 - Energy efficiency and EPC Services - Qualified to Non Domestic Energy Assessor (NDEA) or equivalent standards.

Lot 12 - ISO/Quality Management Consultancy & Training - Prior experience of delivering IRCA/UKAS certificated Internal & Lead Auditor Training - must provide evidence of centre certification

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

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


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: 52

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: 14/12/2023

Local time: 12:00

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/12/2023

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:

6 months prior to framework end

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

Quality Management Procedures

1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Bidders 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.

Tenderers must agree to accept NAC Terms and Conditions 2 (NAC TC2) Conditions of Contract for the Purchase of Services and NAC Exit Terms and Conditions and the contract will be let on these terms.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25567. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:750273)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Telephone: +44 1563550024

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

14/11/2023

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
71314300 Energy-efficiency consultancy services Energy and related services
85312330 Family-planning services Social work services without accommodation
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79414000 Human resources management consultancy services Business and management consultancy services
79413000 Marketing management consultancy services Business and management consultancy services
79418000 Procurement consultancy services Business and management consultancy 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:
raymondhamilton@north-ayrshire.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.