UK-Glasgow: business and management consultancy and related services

Sourced by: http://www.theconstructionindex.co.uk

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Contact point(s): For the attention of: Telephone: Fax: Scottish Enterprise Atrium Court, 50 Waterloo Street Procurement Linda Nailen G2 6HQ Glasgow UNITED KINGDOM +44 1412482700 +44 1412481600Internet address(es): General address of the contracting authority:www.scottish-enterprise.com/ Address of the buyer profile:www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398 Further information can be obtained from: Contact point(s): For the attention of: Telephone: Fax: Internet address: Scottish Enterprise Atrium Court, 50 Waterloo Street Procurement Linda Nailen G2 6HQ Glasgow UNITED KINGDOM +44 1412482700 +44 1412481600www.scottish-enterprise.com/ Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Contact point(s): For the attention of: Telephone: Fax: Internet address: Scottish Enterprise New Lanarkshire House, Strathclyde Business Park Procurement Linda Nailen ML4 3ADBellshill UNITED KINGDOM +44 1698742099 +44 1698842211www.scottish-enterprise.com/ Tenders or requests to participate must be sent to: Contact point(s): For the attention of: Telephone: Fax: Internet address: Scottish Enterprise New Lanarkshire House, Strathclyde Business Park Procurement Linda Nailen ML4 3AD Bellshill UNITED KINGDOM +44 1698742099 +44 1698842211 www.scottish-enterprise.com/

I.2) Type of the contracting authority

Regional or local agency/office

I.3) Main activity

Economic and financial affairs

I.4) Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

R&D Grant Due Diligence.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 27: Other services Main site or location of works, place of delivery or of performance:Scotland. NUTS code UKM SCOTLAND

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

Framework agreement with several operators maximum number of participants to the framework agreement envisaged: 12 Duration of the framework agreementDuration in months: 48 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 280 000 and 400 000 GBP

II.1.5) Short description of the contract or purchase(s)

We require a Framework of suppliers to deliver the R&D Grant Due Diligence programme. The framework will be split into the following lots: Lot 1 Technical Due Diligence – Energy Sector. Lot2 Technical Due Diligence – Biochemical Sciences. Lot3 Technical Due Diligence – Engineering. Lot4 Technical Due Diligence – Technology. It is anticipated that each lot will have three suppliers. We intend to send between 20 and 24 invitations to tender. Some suppliers may be invited to tender for more than 1 lot. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=215389 The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available atwww.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=215389 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. The postbox closes precisely at the time stated.

II.1.6) Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services 79410000 Business and management consultancy services

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Lots

This contract is divided into lots: yes Tenders may be submitted for one or more lots

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

A framework of suppliers is required to deliver the R&D Grant Due Diligence Framework. The R&D grant offers R&D support to companies of all sizes, with the aim of improving their competitiveness by developing new products, processes and services to the benefit of the national economy. It does this by providing grants, on a discretionary basis, for development up to pre-production prototype stage of a new product, process or service. The R&D Grant programme is open to all companies located in or planning to establish a base inScotland. Projects arise from a range of sectors, including Aerospace Defence & Marine; Chemical Sciences; Construction; Creative Industries; Energy; Financial services; Food and Drink; Forest Industries; Life sciences; Textiles; Technology; Tourism and Manufacturing. To allow for this sectoral range of applications, a framework of due diligence providers will be established. Around 12 due diligence exercises are undertaken each year and these will be spread across the consultancies within the framework depending on the technology to be assessed. Due diligence aims to clarify the fit to EU legislation for R&D activity, confirm the type of R&D being undertaken and identify eligible project costs and monitoring points. In addition, the diligence must address the incentive effect of aid and provide data on the economic benefits toScotlandin supporting the proposed project(s). It is vital to the reputation of the R&D grant scheme that quality assessment of applications is carried out by experts in the sector. It is also vital that this assessment is carried out in a timely manner that is within three weeks of the request being made. Applicants can bid for more than oneLotwithin the framework. We intend to send between 20 and 24 invitations to tender. Some suppliers may be invited to tender for more than 1 lot. It is anticipated that the project will commence in July 2012 and will be delivered over a three year period with the option to extend for a further one year. Estimated value excluding VAT: Range: between 280 000 and 400 000 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

II.3) Duration of the contract or time limit for completion

Starting 1.7.2012. Completion 30.6.2015

Information about lots

Lot No: 1 Lottitle: Technical Due Diligence – Energy Sector

1) Short description

The energy sector is likely to include projects which describe renewable energy technology, oil and gas technology, novel power generation and new carbon capture and storage innovations.

2) Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services 79410000 Business and management consultancy services

3) Quantity or scope

We anticipate 3 suppliers to deliver the Energy Sector Lot.

4) Indication about different date for duration of contract or starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Lot No: 2 Lottitle: Technical Due Diligence – Biochemical Sciences

1) Short description

This sector is likely to include projects which describe innovations in chemical sciences, food and drink and the life sciences.

2) Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services 79410000 Business and management consultancy services

3) Quantity or scope

We anticipate 3 suppliers to deliver the Biochemical Sciences Lot.

4) Indication about different date for duration of contract or starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Lot No: 3 Lottitle: Technical Due Diligence – Engineering

1) Short description

This sector is likely to include projects which describe innovations in advanced engineering, aerospace, defence and marine, construction industries and materials.

2) Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services 79410000 Business and management consultancy services

3) Quantity or scope

We anticipate 3 suppliers to deliver the Engineering Lot.

4) Indication about different date for duration of contract or starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Lot No: 4 Lottitle: Technical Due Diligence – Technology

1) Short description

This sector is likely to include projects which describe innovations in electronics, photonics and sensor systems, information technology and software (including the games industry).

2) Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services 79410000 Business and management consultancy services

3) Quantity or scope

We anticipate 3 suppliers to deliver the Technology Lot.

4) Indication about different date for duration of contract or starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Terms and conditions for financing will be contained in the Invitation to Tender.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: All relevant information will be contained in the Pre-Qualification Questionnaire or Invitation to Tender document.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: All relevant information will be contained in the Pre-Qualification Questionnaire or Invitation to Tender document.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: All relevant information will be contained in the Pre-Qualification Questionnaire or Invitation to Tender document.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 20: and maximum number 24 Objective criteria for choosing the limited number of candidates: We intend to send between 20 and 24 invitations to tender. Some suppliers may be invited to tender for more than 1 lot.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

P12-0122

IV.3.2) Previous publication(s) concerning the same contract

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 5.1.2012

IV.3.4) Time limit for receipt of tenders or requests to participate

9.1.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

22.2.2012

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

IV.3.8) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

VI.2) Information about European Union funds

VI.3) Additional information

(SC Ref:215389).

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Telephone: Internet address: Scottish Government Scottish Procurement and Commercial Directorate, Europa House, 450 Argyle Street G2 8LG GlasgowUNITED KINGDOM +44 1412425466 www.scotland.gov.uk/Topics/Government Body responsible for mediation procedures Telephone: Internet address:Scottish Government Scottish Procurement and Commercial Directorate, Europa House, 450 Argyle Street G2 8LG Glasgow UNITED KINGDOM +44 1412425466 www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries/submit-an-enquiry

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period from the date information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Any additional information should be requested from the contact detailed in this contract notice. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Scotland) Regulations 2006 (SSI 2006 No 1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court or Court of Session.

VI.4.3) Service from which information about the lodging of appeals may be obtained

Telephone: Internet address: Scottish Government Scottish Procurement and Commercial Directorate, Europa House, 450 Argyle Street G2 8LG GlasgowUNITED KINGDOM +44 1412425466 www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries/submit-an-enquiry

VI.5) Date of dispatch of this notice:

29.11.2011

 

Comments are closed.

Sites